Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 15, 2007 FBO #2180
SOURCES SOUGHT

R -- OPERATING AND SUPPORT MANAGEMENT INFORMATION SYSTEMS (OSMIS) DATABASE

Notice Date
11/13/2007
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W91WAW-08-R-0011
 
Response Due
11/20/2007
 
Archive Date
1/19/2008
 
Point of Contact
Ana D. Wilks, (703) 693-1346
 
E-Mail Address
Email your questions to Contracting Center of Excellence, Army Contracting Agency (ACA)
(ana.wilks@hqda.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This combined sources sought/synopsis is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this combined sources sought/synopsis. The US Army Contra cting Agency, Contracting Center of Excellence (CCE) at the Pentagon, on behalf of Deputy Assistant Secretary of the Army for Cost and Economics (DASA-CE), intends to procure technical support for: 1) updating/improvement of the Operating and Support Manag ement Information System (OSMIS) database, 2) development of weapons system definitions, 3) developing historical, engineered and parametric weapon system cost factors and , 4) performing special cost analysis research as required. This requirement will be competed as a small business set-aside or under full and open procedures. Only small businesses are to submit capability packages. Interested small businesses that are certified and qualified as a small business concern in NAICS code 541611 with a siz e standard of $6.5M are encouraged to submit their capability packages outlining their experience in the following key areas or tasks: - Army logistical data and databases to include Structure and Manpower Allocation Systems (SAAS), Logistics Intelligence File (LIF), continuing Balance System  Expanded (CBS-X), Army Master Data File (AMDF), and Unit Level Logistics System (ULLS-Aviation Ground). Experience with Army data includes the ability to identify missing or incomplete data and anomalies using analytical methods. - Developing Class II/IV/IX weapons system historical cost factors, engineered and parametric cost factors to support the Army Planning, Programming, Budget and Execution (PPBE) process and providing cost factor analysis support to the Army Staff. - Storing and maintaining historical data (FY03 to present) from the Operating and Support Management Information System (OSMIS) database and training both new and existing users. - Tracking the weapon system life-cycle management process including type classification from a programs inception until the system is no longer in the Army inventory - Developing business rules to analyze various policy inputs to OSMIS output product databases, such as reviewing the Army Price and Credit Table for significant changes to the Latest Acquisition Charge (LAC), Repair Cost and Cost Recovery Rates - The ability to move the OSMISWEB to the dot.mil network under the guidance of DASA-CE and following procedures established by HQDA G6. If at least two responsible small business concerns are determined by the Government to be capable of performing this requirement based on an evaluation of the capability packages submitted by 2:30 p.m. eastern time on 20 November 2007, the requirement wi ll be solicited as a 100% set-aside for small business concerns. If capability packages are not received from at least two responsible small business concerns by the response date or if the Government determines that no small businesses are capable of per forming this requirement based upon an evaluation of the capability packages submitted this requirement will be solicited under full and open procedures. No other synopsis will be posted for this requirement. To assist us in maintaining a list of interest ed small businesses for this potential procurement, please provide your companys name, point of contact (POC), address, phone number, and business size under the above NAICS code to the POC for this procurement Ms. Ana Wilks. A firm fixed price type cont ract is anticipated. The period of performance will be 01 January 2008 through 31 December 2008 with four (4) 12-months option years. The place of performance will be at 104 Army Pentagon, Room 3D349, Washington, DC 20310-0190. Contractor personnel will require a current secret clearance. A written Request for Proposal (RFP) will be posted on or about 27 November 2007. The RFP must be retrieved and downloaded from CCEs home page at: http://dccw.hqda.pentagon.mil/rfp/rfp_1.asp click on RFPS; select the desired RFP and click on the Process button. No hard copies of the RFP will be issued; all amendments will be posted and must be retrieved from this website. Responses to the RFP must be submitted by email to the POC identified below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POC is Ms. Ana Wilks, Contract Specialist at ana.wilks@hq da.army.mil or Ms. Brenda Keiper, Contracting Officer, at brenda.keiper@hqda.army.mil
 
Place of Performance
Address: Contracting Center of Excellence, Army Contracting Agency (ACA) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
Country: US
 
Record
SN01451171-W 20071115/071113223751 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.