SOLICITATION NOTICE
R -- Navy Visibility and Management Operation and Support Costs (VAMOSC) Program
- Notice Date
- 5/12/2010
- Notice Type
- Presolicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- N00189 FISC NORFOLK, PHILADELPHIA OFFICE 700 Robbins Avenue, Building 2B Philadelphia, PA
- ZIP Code
- 00000
- Solicitation Number
- N0018910RVMOS
- Response Due
- 6/4/2010
- Archive Date
- 7/9/2010
- Point of Contact
- Joyce Kichman FISC Philadelphia 215-697-9678
- E-Mail Address
-
Contract Negotiator
(joyce.kichman@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Fleet Industrial Supply Center, Norfolk Contracting Department, Philadelphia Office intends to acquire on a competitive basis technical and program support for the Department of the Navy Visibility and Management Operation and Support Costs (VAMOSC) program in accordance with the Office of the Assistant Secretary of Navy (OASN) and the Financial Management and Comptroller (FM&C) guidance. The scope of the work required by this contract includes database operations and maintenance, database enhancements and modernization, IT Support, training and special analysis. The Contractor shall be responsible for the following: Database Operations and Maintenance: The contractor will operate and maintain the Naval VAMOSC tools databases. Database Enhancement and Modernization: The contractor will enhance the Navy VAMOSC tools databases to increase the breadth and depth of reporting coverage as well as improve the timeliness of reporting. The contractor will assist in the exploration of customer requirements and data sources as approved and directed by the PM. VAMOSC Information Technology (IT) Support: The contractor will provide system administration support for the VAMOSC IT system, including Information Assurance support safeguards and procedures in accordance with the applicable DoD and DON regulations and instructions. The contractor will provide efficient and effective operation of the IT system with minimal downtime. The contractor will evaluate and report system performance, problems, usage and enhancement status, in accordance with the deliverable schedule. The contractor will perform Webmaster responsibilities for the VAMOSC web sites, providing maintenance, updates, and enhancements in accordance with DoD and DON Web Presence policies. The contractor shall also develop an IT Roadmap for the VAMOSC program, outlining planned technological changes and hardware refreshment. The contractor shall make required system changes in accordance with the approved IT Roadmap. Documentation Update: The contractor will document the VAMOSC databases and provide training material. The documents will be prepared and updated as necessary in accordance with common AIS industry standards, the deliverable schedule, and subject to PM approval. VAMOSC User Conferences/Training Sessions Support: The contractor will provide logistical support to the program office in hosting user conferences and conducting user training. The conferences will provide in-depth coverage on current database enhancements and system improvements, known data issues/limitations, and a forum for the exchange of ideas. Training sessions will provide hands-on experience for new and experienced VAMOSC users. No more than three conferences/training sessions will be conducted during the year. The specific schedule will be directed by the PM. The contractor will provide electronic presentations and conference materials as required. Special Analyses: The contractor will conduct special analyses similar to the following examples: statistical relationship between O&S cost and age, readiness, reliability, alternative maintenance philosophies (e.g., 2 vs. 3 level maintenance, organic vs. contractor logistics support, etc.) Investigate impact of technology insertion on O&S cost etc. The solicitation is anticipated to be released no later than June 24, 2010, and will be posted at www.neco.navy.mil. Interested parties are solely responsible for monitoring the website for posting of the solicitation and any amendments thereto. The closing date will be established in the RFP. The Government intends to issue a single award using full and open competition and anticipates award of a Cost Plus-Fixed-Fee (CPFF) type contract. The anticipated period of performance is a twelve-month base period, beginning approximately December 1, 2010, with four (4) twelve-month optional periods. The point of contact is Joyce Kichman, Contract Specialist, who may be contacted at 215-697-9678 and the Contracting Officer is R. J. McWilliams, 215-697-9670. All interested offerors should get a copy of the solicitation from the web site mentioned above. If there are any questions about it, direct those questions to Joyce Kichman at joyce.kichman@navy.mil no later than 8 calendar days after the solicitation is released with a reference to the solicitation number. The applicable NAICS Code is 541511 and the associated size standard is $25 million. Responsibility and Inspection: Unless otherwise specified in the order, the contractor is responsible for the performance of all inspection requirements and quality control. Numbered notes apply: 2. A portion of the acquisition is set aside for small or small and disadvantaged business concerns. The solicitation will be issued as a full and open procurement and will require a subcontracting plan. The small business goal is 20%. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - Corporate Experience, technical, price, and socio-economic goals. This announcement will close at 1600 on June 04, 2010. The Point of Contact for this solicitation is Joyce Kichman who can be contacted at 215-697-9678 or by email joyce.kichman@navy.mil. Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018910RVMOS/listing.html)
- Place of Performance
- Address: OASN (FM&C)1000 Navy Pentagon, Washington, DC
- Zip Code: 20350
- Zip Code: 20350
- Record
- SN02147774-W 20100514/100512235157-30ba61874d762ef5608871418b0c2ed6 (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 |