SOURCES SOUGHT
R -- AHRS Program Management Support
- Notice Date
- 7/18/2013
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-13-R-0198
- Response Due
- 8/1/2013
- Archive Date
- 9/16/2013
- Point of Contact
- Tyrone Worrell, 609-562-4815
- E-Mail Address
-
ACC - New Jersey
(tyrone.c.worrell.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. Army Contracting Command - New Jersey (ACC-NJ) on behalf of Product Director, Army Human Resource Systems (PD AHRS), intends to competitively acquire Program Management Support. PD AHRS is responsible for program management to include design, development, acquisition, testing, integrated logistic support, production, training, fielding and sustainment of the Installation Support Modules (ISM), Range Facility Management Support System (RFMSS), Deployed Theater Accountability System (DTAS), Tactical Personnel System (TPS) and Electronic Military Personnel Office (eMILPO) management information systems for both hardware and supporting software. The office is also responsible for life cycle management of each product that PD AHRS has direct control over and ensures resources are managed within current funding levels, regulations and policies. This requirement entails the current operations, maintenance, and support of those legacy and interim systems that fulfill the personnel communities' needs while enabling a smooth transition of eMILPO and IMS to the objective system. The Government anticipates the scope of the technical services and support to include, but not be limited to, the following: project management, system engineering and integration, security engineering and integration, information assurance vulnerability analysis and integration, architecture design, system design, application design, system development, application development, integration of Commercial Off-The-Shelf (COTS) software and hardware, testing, fielding and help desk support, change management, risk management, quality assurance, system/software enhancement/modernization analysis and implementation, capability maturity model support, documentation development, training support, hardware and software procurement, operation, maintenance, and engineering services. Contractors shall be responsible for providing all necessary qualified personnel and non-personnel technical services to accomplish the work described within the Performance Work Statement (PWS). A Cost Reimbursement (CR) type of contract is anticipated. The anticipated period of performance will be for one (1) base year and two (2) one-year option periods. The proposed acquisition will commence on or around January/February 2013. Contractor personnel will be required to possess either a current TOP SECRET (TS) or SECRET Clearance in accordance with the PWS. The individuals must possess a TS or SECRET clearance by the commencement of this proposed acquisition. In accordance with FAR Part 19, the government seeks maximum practicable opportunities for small business participation for this acquisition. Interested small business concerns that are qualified as a small business concern under NAICS code 541611 with a size standard of $14 MIL are encouraged to submit their capability packages. Please submit capability statements (not to exceed 10 pages) for Program Management Support relevant to the AHRS PWS. All contractors may submit questions to the DRAFT PWS; however, all questions must be submitted no later than 25 July 2013 by 1:00 PM EST. A draft AHRS Performance Work Statement will be posted with this request for information. In addition, detailed answers to the following questions must be submitted as part of your response to this announcement: (1) Past Performance - Does your firm have the relevant past performance within the last four years? (include contract numbers, contract type, dollar value of each procurement, point of contracts, and brief description of the work performed); (2) Corporate Experience - Does your company have experience working with Army Staff? If so to what extent (provide examples as appropriate); (3) Does your company have experience working on Program Management; (4) How does your company plan to minimize the following (please be specific): (a) Administrative burden on the government (such as monthly invoicing); (b) The amount of employee turnover; (c) The amount of position vacancy time when turnover does occur? Contractors are responsible for all costs for submitting their capability packages. The POCs for this requirement are Tyrone Worrell at tyrone.c.worrell.civ@mail.mil, Kimberly Kolb, at kimberly.a.kolb.civ@mail.mil and Andrew Ulrich at andrew.j.ulrich4.civ@mail.mil. All capability packages shall reference solicitation number W15QKN-13-R-0198 and must be electronically submitted to the POCs by 01 August 2013 by 1:00 PM EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0767a33aecc5e7f368f49f77d5a3cbc2)
- Record
- SN03120592-W 20130720/130719000717-0767a33aecc5e7f368f49f77d5a3cbc2 (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 |