SOLICITATION NOTICE
D -- Technical Project Manager/Help Desk Technician/Technical approach Support Services
- Notice Date
- 2/25/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Robert Morris Acquisition Center, ATTN: AMSSB-ACN-S, Natick Contracting Division (R&D and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- W91A2K-3037-2006
- Archive Date
- 5/6/2003
- Point of Contact
- Roberta Boswell, 508-233-4946
- E-Mail Address
-
Email your questions to US Army Robert Morris Acquisition Center
(Roberta.Boswell@natick.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NA The US Army Robert Morris Acquisition Center, Natick Contracting Division, has a requirement for a Technical Project Manager/Help Desk Technician/Technical Approach Support Services. This is a synopsis for commercial items prepared in accordance with a fo rmat in Federal Acquisition Regulation as supplemented with additional information included in this notice. The requisition number for this acquisition is W91A2K-3037-2006. This acquisition is a one hundred percent (100%) Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 514210. The Standard Industrial Classification (SIC) Code is 7389 and the Small Business Size Standard is $5.0 million. The Government anticipates awarding one (1) firm-fixed-price purchase or der utilizing simplified acquisition procedures in accordance with FAR Subpart 13.5--Test Program for Certain Commercial Items. All services are to be performed on-site at the U.S. Army Robert Morris Acquisition Center, Natick Contracting Division, locat ed at the U.S. Army Soldier Systems Center, Kansas Street, Natick, MA. Services shall be F.O.B. Destination and inspection and acceptance shall be at destination by the cognizant receiving authority. This is a best value acquisition. Award my not nece ssarily be made to the lowest priced offer. Evaluation will be in accordance with simplified acquisition procedures in FAR Part 13. The following areas in descending order of importance will be evaluated: Technical, Past Performance, and Price. Contrac tor?s shall visit Natick?s web page at https://www3.natick.army.mil for a copy of the Request for Quotation. No questions will be taken over the phone. All questions must be directed to Ms. Roberta Boswell, Contract Specialist, at Roberta.Boswell@natick .army.mil. All quotations must be received (facsimile quotes will be accepted) via mail no later than 14 March 2003 at 3:30 p.m. local time. All Department of Defense (DoD) procurement organizations were mandated to have a paperless contracting process i mplemented no later than 1 January 2000, per the Undersecretary of Defense (Acquisition and Technology). Through innovative approaches this was accomplished, however, with the latest in technology improvement the Natick Contracting Division must continue to upgrade and improve its various automated systems and validate the total contracting process with each upgrade. The introduction of the Command Commodity Standard System/ Procurement and Data Distribution System (CCSS/PADDS) and increased workforce in to the Natick Contracting Division mission required an integrated Systems Automation Team to manage the systems and functional requirements of the Acquisition Business Area. As a result the services of a knowledgeable support contractor to supplement the Government?s System Automation Acquisition operation has been identified. The introduction of the Procurement Desktop Defense (PD2) also required additional systems management and functional requirements by the Systems Automation Team. Additionally, the addition of Contract Automated Payment System (CAPS), Corps of Engineers Financial Management System (CEFMS), Electronic Data Access (EDA), Electronic Data Interchange (EDI), Army Single Face to Industry (ASFI), and Federal Procurement Data System (FPDS) a s interfaces to PD2 also created additional systems management and functional requirements. The Wholesale Logistics Modernization Program (WLMP) is scheduled for implementation at SBCCOM during late fiscal year (FY) 03 or early FY 04. WLMP will replace C CSS and require establishment of interfaces from PADDS and eventually PD2 to the replacement system. This will create major systems management and functional requirement changes, the requirement for training support to acquisition personnel, and technical interface coordination. SECURITY: The Contractor shall provide security to a level necessary to meet the requirements of this order. The Contractor?s wor k effort shall not exceed a classification of ?SECRET. PERIOD OF PERFORMANCE: See Request for quotation. LOCATION OF SERVICES: The Contractor will be required to perform services as specified on-site, at the Soldier Systems Center complex. Due to the high level of technical interface required between the Government and the Contractor, the Contractor personnel will be collocated with their Government counterparts. PROCUREMENT INTEGRITY AND ORGANIZATION ? CONFLICTS OF INTEREST: Contractor personnel are neither required nor authorized access to source selection or proprietary information as those terms are defined in Federal Acquisition Regulation (FAR) 3.104-3). Should technical assistance involving such information be required on a particular contract action, Contractor personnel will be barred from competing on the resulting contract. See Note 1.
- Place of Performance
- Address: US Army Robert Morris Acquisition Center ATTN: AMSSB-ACN-S, Natick Contracting Division (R&D and BaseOPS), Building 1, Kansas Street Natick MA
- Zip Code: 01760-5011
- Country: US
- Zip Code: 01760-5011
- Record
- SN00265080-W 20030227/030225213454 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |