MODIFICATION
R -- The purpose of this amendment is to change the Set Aside Code to Total Small Business and update the verbiage on the description.
- Notice Date
- 8/4/2011
- Notice Type
- Modification/Amendment
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- MICC Center - Fort Eustis (Joint Base Langley-Eustis), Building 2798, Fort Eustis, VA 23604-5538
- ZIP Code
- 23604-5538
- Solicitation Number
- W911S0JBESS
- Response Due
- 8/18/2011
- Archive Date
- 10/17/2011
- Point of Contact
- justin.balster, 7578783166
- E-Mail Address
-
MICC Center - Fort Eustis (Joint Base Langley-Eustis)
(justin.balster@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a sources sought announcement seeking only small business responses in order to determine small business capability to perform this acquisition and to conduct market research. This is NOT a solicitation for proposals, proposal abstracts, or quotations. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The Mission and Installation Contracting Command Mission Contracting Office - Fort Eustis will consider setting this requirement aside for small businesses or for socioeconomic categories such as Small Disadvantaged Businesses (SDBs), Woman-Owned Small Businesses (WOSBs), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), or Historically Underutilized Business Zone (HUBZone) firms if market research supports doing so. MICC MCO - Fort Eustis is seeking information on business sources that can provide an Enterprising Scheduling System (ESS) for the US Army Training Support Center, TRADOC Capabilities Manager, Army Training Information Systems, and Fort Eustis, VA. This requirement is for a Firm Fixed Price contract. TRADOC operates 33 schools and 8 Centers of Excellence (CoEs) at 16 Army installations. TRADOC schools conduct 1,714 courses (187 directly in support of mobilization) and 391 language courses. The 1,714 courses include 451,682 seats for 399,406 Soldiers; 29,238 other-service personnel; 6,723 international Soldiers; and 16,315 civilians. TRADOC also has five major subordinate organizations: the Combined Arms Support Command, Fort Lee, VA; the U.S. Army Accessions Command, Fort Knox KY; the Army Capabilities Integration Center, Fort Monroe, VA; the Combined Arms Center, Fort Leavenworth, KS, and the TRADOC Analysis Center, Fort Leavenworth, KS. The scope of the ESS Requirement will be to obtain/develop, implement and sustain an integrated geospatially based ESS that provides a common operating picture using data from existing systems of record and other local databases and processes. TRADOC's broad mission requires common functionality to incorporate individual student requirements and meet the reporting needs of installations to TRADOC Headquarters inclusive of financial planning support. TRADOC envisions a core functionality end state to be developed in a phased application dependant on the unique functions within the TRADOC Centers of Excellence and Schools. To support the Army training mission, TRADOC requires an ESS to provide an enterprise-wide scheduling, operational modeling and decision support tool to assist TRADOC CoE, schools and other activities across multiple installations. The ESS shall enable schools, CoE and higher headquarters to visualize and experience an unprecedented transformation of TRADOC in a multi-echeloned manner. An ESS shall allow schedulers, planners and leaders at all levels to match current and programmed resource capacities against future training requirements with an end state of identifying constraints impacting both the schools and CoE and their ability to support the TRADOC mission. Through use of the ESS, TRADOC planners and schedulers will be able to address constraints and develop courses of action that include, but are not limited to, rescheduling, reduction of course loads, facility and range upgrade or construction, and reallocation of resources, potentially inter-school or center as needed to support the mission. The ESS shall utilize data currently in existence within Army standard systems as well as data created through the formalized business process review and study of manual processes. ESS shall have a capability to import data from existing scheduling systems. The ESS will efficiently schedule training (courses, classes, and sections) and allocate the required resources for their successful execution through automated optimization routines and procedures, as well as through manual intervention. The ESS shall enable efficient use of classrooms, instructors, ranges, training facilities, equipment, and other materials. The ESS will also provide capability to input and perform supply chain management functions, course material management, and automate necessary financial transactions. The ESS shall be web-based, have single sign on (SSO) capabilities through Army Knowledge Online (AKO) authentication and the ability to provide email and/or system notifications to affected personnel regarding schedules, class updates, additions, cancellations and other timely information. The ESS shall be Common Access Card (CAC)/non-CAC enabled. The ESS shall be developed to allow for accessibility from remote and portable devices using compatible mobile applications to access maintenance modules and to view graphical displays of the schedule of activities by location, course, and phase (etc as provided by the lesson and CAD/POI data) for the user community scaling views by administrative to the student for scheduled activities Specific tasks shall include: Planning and General Task: The Contractor shall develop a detailed Task Executive Plan (TEP) The TEP shall contain, as a minimum, an enterprise-level phased approach conforming to guidance contained within this PWS, a milestone schedule and recommended solutions consistent with implementation throughout the command completing the Front End Analysis NLT 180 from TEP approval, achieving Initial Operating Capability (IOC) at all CoEs not later than 365 days from TEP approval and all TRADOC installations within 90 days of CoE IOC, full operating capability shall be implemented within 720 days of TEP approval within the prescribed timeline. The Contractor shall submit the completed TEP to the COR in Microsoft Office format electronically via email or other means, and in hard copy. The Contractor shall brief the TEP, after review and COR approval, to the COR NLT 75 business days after contract award. Scheduling: The contractor shall provide an ESS that utilizes course master training templates with corresponding resource requirements and derivative class training templates that reflect adjustments for class instances based on data sets composed of events. Resource requirements defined for events will feed the process for requesting and reserving resources, (e.g. the ESS will match (1) the faculty members who are approved to instruct or support specific lessons or instructional areas to the corresponding lesson event, (2) a range with specified capability to an event that contains a requirement for that capability). The ESS shall be capable of schedule planning, building, viewing, identifying conflicts of resources, providing available options for de-confliction, and ability to adjust training to resolve conflicts to meet course and unit requirements as established by TRADOC approved course administrative data (CAD) and programs of instruction (POI) and non-POI events Reporting and Planning capabilities: The ESS shall enable planners at multiple levels from the individual resource manager to HQ, TRADOC to effectively understand planned events and programmed activities in a manner that highlights shortfalls in capabilities and required resourcing needs maximizing visibility where appropriate for "dash board" overview features in real-time. The ESS shall enable authorized users to conduct "what-if" analysis, creating scenarios with different variables and conditions. Historical Resource Use Recording: The ESS shall support the documentation of actual resource use (i.e., archive the data automatically and allow it to be reused/viewed at a later date.) System of Record and Local database interface/linkage: The ESS shall maintain data currency and provide a uniform common operating picture across the command. To accomplish this interface/linkage, the ESS must be able to interface and pull data from current and future Department of Defense and Department of the Army systems/databases. Plug-and-Play or Web Services: The ESS shall be capable of 'Plug-and-Play' or web services ability. The ESS shall be capable of adding modules without major rewrite of the application, and/or modular and role specific functionality. If a TRADOC CoE or School identifies additional capabilities or requirements, the ESS shall be capable of adding this functionality to allow for seamless interaction with ESS. Provide spatial layers for integration with other systems as listed at System of Record Priority List. Administrative support and sustainment: The ESS shall be established with enterprise and organization administrative and user role based privileges permissions. These permissions must support enterprise wide management of source data, domain and system common core services along with local level layer data administrative controls to manage data, user controls and data accessibility. Command level access core capabilities will be dashboard level views with the local administrative tools to customize those views based on command priorities. The CoE or school/Command layer may involve multiple site views and/or controls. Hardware and software requirements: The contractor shall identify hardware and software required to run the ESS. The Contractor shall convene a System Configuration Workshop with the COR and other designated Government representatives NLT 90 business days (followed by updates every 30 business days) after award in order to evaluate and recommend the optimum configuration of the enterprise-level hardware architecture. The Contractor shall consider current TCM-ATIS server capabilities during the Workshop. The Contractor shall consider multiple architectural views to support the Department of Defense Architecture Framework (DODAF). The designated NAICS Code is 541511, Custom Computer Programming, with a size standard of $25M. No decision has yet been made regarding the small business strategy for this contract. Small Business is advised that FAR 52.219-14, Limitations on Subcontracting, would apply wherein at least 50 percent of the work must be performed by the small business prime contractor alone. Small businesses wishing to influence the Contracting Officer's decision regarding small business set-asides are urged to respond to this announcement with their capabilities. A general capabilities statement is not acceptable. The document must address capabilities to perform the tasks listed above. Responses shall include information about relevant and recent (performed within the past 3 years) past performance on same/similar work; information about capabilities of teaming partners or mentors for this requirement; evidence of ability for the business to grow (including letters of credit); a point of contact name and phone number; DUNS number or CAGE Code; average net revenues for the past 3 years; number of employees; and size and status of company (i.e., SB, 8(a), HUBZone, WOSB, SB, VOSB, SDVOSB). Documentation of technical expertise and capability must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition (No more than 10 pages). No reimbursement will be made for any costs associated with this or future requests. The information should be sent via E-mail to: justin.balster@us.army.mil or mailed to MICC MCO- Fort Eustis, ATTN: Justin C Balster, 2746 Harrison Loop, Fort Eustis, VA 23604-5538 by COB 19 August 2011. Any information provided by industry to the Government as a result of this market research or any follow-up information requests is voluntary and shall be treated as confidential. Additional information, as it becomes available, will be posted as amendments to this announcement. All amendments will be available for viewing at this website. It is incumbent upon the interested parties to review the site frequently for any updates and amendments to any and all documents. All potential offerors are reminded, in accordance with FAR 52.204-7, Central Contractor Registration; lack of registration in the Central Contractor Registration (CCR) will make an offeror ineligible for contract award. Additionally, in accordance with Federal Acquisition Regulations (FAR) 52.204-8, Annual Representations and Certifications, offerors are also reminded to register with Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. Contracting Office Address: MICC Center - Fort Eustis (Joint Base Langley-Eustis), Building 2798, Fort Eustis, VA 23604-5538 Place of Performance: MICC Center - Fort Eustis (Joint Base Langley-Eustis) Building 2798, Fort Eustis VA 23604-5538 US Point of Contact(s): justin.balster, 7578783166
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/85da1db55a4e1326b94a59bf805a27d2)
- Place of Performance
- Address: MICC Center - Fort Eustis (Joint Base Langley-Eustis) Building 2798, Fort Eustis VA
- Zip Code: 23604-5538
- Zip Code: 23604-5538
- Record
- SN02522226-W 20110806/110804235407-85da1db55a4e1326b94a59bf805a27d2 (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 |