Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2011 FBO #3688
SOURCES SOUGHT

D -- Admin, Logistical, IT asset management, Contract Administration, Systems Engineeringm, and Knowledge Capture Support

Notice Date
12/28/2011
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
ACC-APG (C4ISR), HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T-12-R-C928
 
Response Due
1/12/2012
 
Archive Date
3/12/2012
 
Point of Contact
Kelly Doolittle, 443-861-8029
 
E-Mail Address
ACC-APG (C4ISR)
(kelly.l.doolittle.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this Sources Sought is to obtain potential business sources that can provide support to the CECOM Software Engineering Center (SEC) Enterprise Solutions Directorate (ESD) in the following areas: administrative support (includes support for senior managers); logistics support (property and building management); information technology asset management; contract administration; systems engineering; and knowledge capture support. Interested offerors are asked to provide a response at no cost to the Government demonstrating their experience with the following tasks: 1.Administrative Support to include: a. Office management such as preparation of written correspondence, maintaining paper and electronic files, maintaining and replenishing office supplies and participating in meetings. b. Scheduling and/or maintaining manager's calendar using Microsoft Outlook calendar software c. Telephone etiquette and message taking ability d. Tracking personnel activities to include: (1)Timekeeping functions, preferably experience with the DoD Automated Time Attendance and Production System (ATAAPS) (2)Travel functions, preferably experience with the Defense Travel System (DTS) e. Maintain personnel attendance reports, preferably experience with Roll Call tool and maintain record of employee leave requests, preferably experienced with OF-71 f. Prepare and track personnel training documentation, preferably experience with SF 82 forms 2.Logistics Management to include: a. Able to provide technical support, configuration management, and property/building management skills b. Able to prepare reports on building utilization, maintenance, security, usage, and associated topics c. Able to report issues, concerns, risks to the Government Logistics Manager d. Contractor must have sound judgment and strong working knowledge of administrative details that result in efficient and effective logistical support primarily for building and property management e. Contractor shall be knowledgeable in regulations pertaining to management of Government property and equipment 3.Information Technology Asset Management to include: a. Able to provide centralized asset management (to include configuration management) of hardware, software, licenses and associated elements b. Able to provide asset visibility through collection, validation, and analysis on availability and need for hardware, software, and licenses c. Contractor shall be knowledgeable in information technology asset management regulations and hand receipt management regulations 4.Contract administration to include: a. Able to perform contract administration tasks such as lifecycle management of contracts from cradle to grave b. Must have knowledge and experience in contract management to assist, advise, and recommend in areas such as pre- post award requirements and documentation and types of contracts (T&M, CPFF, FFP, etc) c. Must have knowledge of the Federal Acquisition Regulations (FAR), Defense Federal Acquisition Regulations (DFAR), and Army Federal Acquisition Regulations (AFAR) d. Must have knowledge of contract policies in accordance with the CECOM SEC ESD or willingness to learn e. Must have knowledge enabling tracking of contractor performance, burn rates and deliverables and to respond to government management inquiries about contracts 5.Systems Engineering to include: a. Knowledge and experience with the Enterprise Integration Business Environment (EIBE) b. Knowledge and experience with Service Oriented Architecture (SOA) support for Army and DoD customers to include knowledge and experience with SOA Lifecycle Management Model (LCMM) c. Knowledge and experience with Biometrics integration and implementation d. Knowledge and experience to provide technology research, development, forecasting and insertion support e. Knowledge and experience to provide systems analysis support to include conducting surveys in support of system modeling; database generation, situation characterization, and system evaluation; analysis of system architectures and technical documentation and/or code to deliver systems assessments or improvements f. Knowledge and experience to provide technical assessments g. Knowledge of Army applications, processes and infrastructure h. Knowledge of Army Knowledge Management i. Knowledge of Army Enterprise Architecture j. Experience in constructing enterprise-wide architectures using DoDAF k. Experience in data/systems modeling using different modeling tools (Erwin, Microsoft Viso, Rational Rose, etc) l. Experience with current ERP/SOA technologies and their integration m. Experience working with SOA technologies and vendors n. Experience working and architecting in a SOA environment 6.Knowledge Capture and Transfer to include: a. Ability, based on proven experience, to conduct critical knowledge capture and transfer for a designated set of SEC Subject Matter Experts (SME) within a defined time period. Both implicit and explicit knowledge shall be captured, facilitating the transfer of critical information that resides within the individual, and within the Information Technology (IT) assets assigned to the individual (e.g., computer files). Such knowledge transfer is intended to offset the impact of critical information that would otherwise be lost during normal personnel attrition. b. Ability to employ appropriate methods, tools and techniques to elicit, search for, or otherwise identify information deemed critical for capture and transfer, in collaboration with SEC SMEs, their supervisors, their potential successors, and other interested parties. c. Ability to support the production and organization of enterprise content management /collaboration sites (e.g., SharePoint) on the SEC network that correspond to the knowledge captured for each individual SME. Knowledge Capture standardization shall be achieved through the employment and maintenance of templates that correspond to the functions performed by Technical, Operations, Management and Executive employees of SEC. d. Ability to populate each designated SME's Knowledge Capture site with standardized products that may include, but not be limited to: mission and functions description and associated graphical depictions and mappings; audio-visual and multimedia narrations and demonstrations; strategic priorities; critical project issues; recurring and non-recurring supported events; key training and professional development; networking contacts; key projects and tasks; key process maps and descriptions; key guidance policies and documents; key standards, requirements and references; critical output products and briefings; key e-mail and social networking artifacts; critical databases and files; key technologies and source materials; key tools and methodologies; and strategic opportunities, recommendations and advice. e. Ability to establish, document and implement a Quality Assurance (QA) program to ensure the integrity, accuracy, validity, completeness, consistency, and currency of critical information, at periodic stages throughout its capture phase, as verified by the SME and that individual's supervisor, the vendor, and by the government project lead. f. Ability to establish and implement plans for the maintenance and update of captured knowledge for any designated SMEs that do not have imminent plans to depart SEC. g. Ability to provide periodic knowledge capture documentation, including reports of progress and issues encountered, for presentation to the SEC Executive Council or any alternative forum or manager it designates. h. Ability to provide cost and progress reports as deliverables to the government project lead and Task Manager. i. Ability to provide knowledge capture related business process development and codification support to address any SEC-unique requirements that arise. j. Ability to demonstrate compliance with all applicable regulations, policies and SOPs that govern protection of, access to, and processing of sensitive information (and information classified up to SECRET) including Personally Identifiable Information (PII). Signed Non-Disclosure Agreements (NDA) are routinely employed to help enforce these provisions. All personnel performing duties on this effort must have the following skills: 1.Fluent and proficient in Microsoft Word and Excel 2.Very familiar with Microsoft Power Point 3.Strong verbal and writing skills 4.Strong organizational skills 5.Strong time management skills Potential contractors must be knowledgeable of and experienced with the following guidance documents: 1.Joint Travel Regulation (JTR), Volume 2 (latest update) 2.Joint Federal Travel Regulation (JFTR) (latest update) 3.AR 380-5 Department of Army Information Security Program 4.AR 285-40 Accident Reporting and Records 5.AR 735-5 Policy and Procedures for Property Accountability 6.FM 19-30 Physical Security 7.AR 58.1 Management, Acquisition and Uses of Motor Vehicles Potential contractors are asked to include in their response if they have a DCAA approved accounting system sufficient for a Cost Plus Fixed Fee (CPFF) contract and to include in their response POC, CAGE code, any current contract vehicles, and socioeconomic status (ie, 8a, HUBZone, SDVOSB, WOSB, etc). Interested parties are also asked to include in their response if similar type work has been performed in the past (to include size and complexity) and if so provide contract #, POC with contact info, and brief description of direct support to the effort. Please include in your response if your company is a small business can it sustain if not paid for 90 calendar days. No telephone inquiries will be accepted. Please send all responses and questions to Kelly Doolittle at kelly.l.doolittle.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6e0a39ebf43aa4fa68bc0f658c24e7b6)
 
Place of Performance
Address: CECOM SOFTWARE ENGINEERING CENTER (SEC) ENTERPRISE SOLUTIONS DIRECTORATE (ESD) 6002 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN02646148-W 20111230/111228233732-6e0a39ebf43aa4fa68bc0f658c24e7b6 (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.