MODIFICATION
70 -- WHS/AD - Standard Procurement System (SPS) / Procurement Desktop - Defense (PD2) Replacement RFI
- Notice Date
- 6/10/2013
- Notice Type
- Modification/Amendment
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 2521 S. Clark St, Ste 2000 Arlington, VA, 1155 Defense Pentagon, Washington, District of Columbia, 20301-1155, United States
- ZIP Code
- 20301-1155
- Solicitation Number
- HQ0034-13-JEB04112013
- Point of Contact
- Jonathan E. Bertsch, , Robert Wade,
- E-Mail Address
-
jonathan.bertsch@whs.mil, Robert.Wade@whs.mil
(jonathan.bertsch@whs.mil, Robert.Wade@whs.mil)
- Small Business Set-Aside
- N/A
- Description
- Agency/Office: Washington Headquarters Services (WHS) Location: WHS Acquisition Directorate (WHS/AD) Title: WHS/AD - Standard Procurement System (SPS) / Procurement Desktop Defense (PD2) Replacement RFI Description: This Request for Information (RFI) is being issued by the Washington Headquarters Services Acquisition Directorate (WHS/AD) on behalf of WHS/AD. Please note that this is not a request for quotes or request for proposal. This RFI serves as market research for WHS/AD in seeking industry comments and capabilities to assist the Government in determining potential sources with the ability to satisfy its requirement. The requirement is for services to include both technical and functional engineering support services for the deployment, upgrade, and sustainment of the Department of Defense (DoD) Standard Procurement System's (SPS) contract writing software throughout WHS/AD and potentially throughout the entire DOD. The main element of the RFI is to identify DOD-wide, COTS options, or other solutions to replace SPS/PD2. High Level Functional Requirements for the SPS/PD2 Replacement system include: 1. System must meet Business Enterprise Architecture (BEA) Standards 2. System must meet Standard Financial Structure (SFS) Standards 3. System must meet the Federal Acquisition Regulation (FAR) and the Defense Federal Acquisition Regulation Supplement (DFARS) clause requirements 4. System must support local clauses 5. System must meet Defense Procurement and Acquisition Policy (DPAP) Procurement Data Standards 6. System must be able to integrate with multiple Federal ebusiness systems such as: - System for Award Management (SAM) - Electronic Document Access (EDA) - EDA Enterprise Business accountability System (EDA Ebas) - Wide Area Work Flow (WAWF) - Federal Procurement Data System - Next Generation (FPDS-NG) - And other WHS Financial and feeder systems. 7. System must meet DoD Information Assurance/Certification and Accreditation requirements 8. System must be capable of performing within both NIPR and SIPR environments. 9. System must be web enabled. 10. System must be able to convert and migrate existing data into new environment. The services are currently being performed by CACI Enterprise Solutions, Inc. (CACI), 4114 Legato Road, Fairfax, VA 22033-4002 under Contract W91QUZ-12-D-0010 awarded by the ARMY Contracting Command- (NCR), Alexandria, VA. This contract expires May 17, 2017. RFI Guidelines Please note that this synopsis is for INFORMATION and PLANNING purposes only and does not constitute a Request for Proposal (RFP). Responses to the RFI cannot be accepted by the Government to form a binding contract nor will the Government pay for the information solicited or recognize any costs associated with the submission of the RFI. The intent of the RFI is to provide an opportunity for industry to enhance the success of any future procurement to meet this requirement. Any information obtained as a result of this RFI is intended to be used by the Government on a non-attribution basis for program planning and acquisition strategy development. Providing data/information that is limited or restricted for use by the Government for that purpose would be of very little value and such restricted/limited data/information is not solicited. By submitting information in response to this RFI, submitters of such information consent to the release and dissemination of submitted information to any Government or non-Government entity to which WHS releases and disseminates the information for review. As such, to the extent that any information submitted in response to this RFI is marked as or construed to be proprietary or business-sensitive, submitters are hereby notified (a) about the potentiality that such information may be disclosed to third parties and (b) that submission of information in response to this RFI constitutes consent to such handling and disclosure of submitted information. Responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. RFI Submission: Potential sources are invited to submit a Capabilities Statement, up to 8 pages, in response to this RFI. Responses should be to the point and address: 1. Potential Source's Capability (to include Past Performance that is within scope of the RFI requirement). 2. Potential Source's ability to deliver a product that meets the High Level Functional Requirements for the SPS/PD2 Replacement system stated above. All responses should be submitted via e-mail to both jonathan.bertsch@whs.mil (Contract Specialist) and robert.wade@whs.mil (Sr. Contract Specialist) no later than 12:00 pm EST on 28 June 2013. Only attached MS Word/Excel compatible files or Adobe Acrobat PDF files in electronic correspondence are acceptable. WHS will not acknowledge receipt of responses to this RFI. No telephonic question/requests will be entertained. FAR 52.215-3, Request for Information or Solicitation for Planning Purposes (Oct 1997): The Government does not intend to award a contract on the basis of this notice or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. Although the terms "proposal" and "respondent" are used in this RFI, your response will be treated as information only and shall not be used as a proposal. Any proposed solution must meet all Operational, Safety, Suitability and Effectiveness (OSS&E) requirements mandated by the Department of Defense.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HQ0034-13-JEB04112013/listing.html)
- Place of Performance
- Address: 1155 Defense Pentagon, Washington, District of Columbia, 20301-1155, United States
- Zip Code: 20301-1155
- Zip Code: 20301-1155
- Record
- SN03085161-W 20130612/130611000636-c074d87965df14364b5b3d91ede10294 (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 |