Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2008 FBO #2455
SOLICITATION NOTICE

70 -- CMTS requirement

Notice Date
8/14/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, White Sands Missle Range, ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-08CMTSREV
 
Response Due
8/28/2008
 
Archive Date
10/27/2008
 
Point of Contact
Gloria I. Rios, 575-678-4968<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This requirement is set-aside 100% for small business. We have a requirement to provide a Case Management and Tracking System to report and track Department of Defense (DoD) Labor and Employee Relations (LER) Cases at both Departmental and Component levels for the Civilian Personnel Management Services (CPMS). A copy of the full Statement of Work, Evaluation Criteria, and Product Requirements Document can be obtained at our web page http://www.wsmr.army.mil/docpage/pages/sol_stat.htm. The potential contractor shall be required to provide an enterprise-wide, web-based tracking application that will provide an effective mechanism for all Components and Defense Agencies to manage and track all types of cases, a comprehensive repository for case information, on-line filing, electronic file management, and a full-featured report generation module to meet a variety of reporting requirements and program evaluation needs. The contractor shall provide commercial off-the-shelf software which provides an automated, web-based case management and tracking system and relational database to include a reports module. Any potential contractor, in consultation and approval of CPMS, shall purchase, configure, and deliver the necessary hardware for 24/7 access and operation of the System. The contractor needs to provide a user guide in the form of a web linked document and/or appropriate Help screens embedded in the systems functionality. The contractor shall provide a train-the-trainer (T3) session(s) to facilitate user understanding and maximize use of the System. The contractor, in consultation with CPMS, will develop materials necessary to market the availability and capability of the System to all user groups, leadership, and employees. Once this portion of the requirement is completed, consulting services and support will be required. The full range of consulting services required from the contractor has not been determined; however, CPMS anticipates that such services may include, but not limited to, the following: The contractor shall meet with the CPMS-identified user group to determine if and to what extent changes/configuration to the software system may be required to accommodate multiple DoD business rules and processes. At this point, CPMS plans to use the existing help desk support for the System, but the contractor shall be required to provide at least an 8-hour per day, 5 day per week (Monday Friday) window for receipt of technical support for DoD systems administrators. The contractor will also be expected to perform all systems maintenance and installation, testing and deployment of software upgrades. Except for initial hardware configuration, which may take place at a location of the contractors choosing, all other work under this delivery order as described above, will be performed at DoD CPMS Headquarters, Rosslyn, Virginia. The solicitation is issued as a Request for Proposal (RFP) and awarded as a firm-fixed price with base year plus 4 option years. Provide a cost for the base year and each option year. Award shall be made using the Best Value approach with the evaluation criteria in Section C of the statement of work attachment. The result of the award will be posted in FedBizOpps under Award Notices. Questions pertaining to the Award Notice must be submitted in writing. The North American Industry Classification System (NAICS) code for the potential acquisition is 541511, with size standard of $25 million. All offerors who provide goods or services to the DOD must be registered in Central Contractor Registration (CCR) (http://www.ccr.gov ), as well as, the Wide Area Work Flow system (WAWF) (https://wawf.eb.mil ) in order to receive the award if you are selected. If you are not in the CCR at the time we are ready to make the award, you will be disqualified. The synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. The following FAR provision 52.212-1, Instruction to Offerors Commercial items, applies to the acquisition. FAR provision 52.212-2, Evaluation of Commercial Items, applies to the acquisition (See evaluation criteria above). Offerors shall include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications Commercial Items or ORCA, and furnish Offeror's Tax Identification Number, CAGE Code, Central Contractor Registration Number, DUNS Number, and applicable FSC Codes with its offer. FAR clauses 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5, Contract Terms and Conditions Required Implementing Statutes or Executive Orders Commercial Items apply to this acquisition. FAR clause 52.219-8, Utilization of Small Business Concerns applies. The government reserves the right to select for award, all, some, or none of the proposals received in response to this announcement. All interested offerors should submit their information electronically to: gloria.i.rios@us.army.mil or by facsimile to (575) 678-5107 Attn: Gloria Rios no later than 10:00 AM MDT, 28 August 2008. Primary Point of Contact: Gloria Rios Secondary Point of Contact: Lilia R. Smith Point of Contact(s): Gloria Rios, Contract Specialist, Phone 575-678-4968, Fax 575-678-5107, and Email: gloria.i.rios@us.army.mil - Lilia R. Smith, Contracting Officer, Phone 575-678-2827, Fax 575-678-5107, And Email: lilia.r.smith@us.army.mil Place of Contract Performance: Department of Defense Civilian Personnel Management Services Headquarters, Rosslyn, Virginia, 22209-5144 UNITED STATES
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=906311c4d802d5d3aaac107899c1463c&tab=core&_cview=1)
 
Place of Performance
Address: ACA, White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM<br />
Zip Code: 88002-5201<br />
 
Record
SN01640993-W 20080816/080814224442-906311c4d802d5d3aaac107899c1463c (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.