Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 29, 2014 FBO #4722
SOLICITATION NOTICE

R -- Army Sustainment Command - Integrated Material Management Operation System (IMMOS)

Notice Date
10/27/2014
 
Notice Type
Presolicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J14R0061
 
Response Due
1/15/2015
 
Archive Date
2/14/2015
 
Point of Contact
Jana McElliott, 309-782-6835
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(jana.j.mcelliott.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
HQ ASC has a requirement for computer programming and database administration services in support of the Integrated Material Management Operation System (IMMOS). The IMMOS requirement encompasses two different systems, the Army War Reserve Deployment System (AWRDS) and Army Prepositioned Stock - Radio Frequency Identification (APS-RFID). AWRDS is an APS management visibility tool for APS assets stored at locations around the world. APS-RFID is a system which integrates Automatic Identification Technology (AIT) into APS operations. Under the IMMOS effort, the contractor will be required to execute duties and responsibilities to sustain Army Prepositioned Stock (APS), Army Maintenance Management capabilities in support of the Army RESET program as a part of the Army Force Regeneration (ARFORGEN) process. The contractor will be responsible for maintaining a method of identifying and tracking equipment stored and maintained at designated APS facilities worldwide. Contractor personnel will provide technical and functional expertise in the areas of information systems design, integration, analysis, user training, data cleansing, data mapping, migration, and server and systems integration and upgrades. Locations: A large majority of the work performed under this contract will take place at the contractor's home facility (i.e. Program Management, Programming, Testing, and Data Quality Engineering (DQE)). In addition, the contractor shall provide onsite personnel support for day-to day operations at the following remote locations: a) Headquarters (HQ), ASC; Rock Island, IL b) Logistics Support Activity (LOGSA), Huntsville, AL; (system interface) c) ASC, U.S. European Command (USEUCOM) Area of Responsibility (AOR), APS 2: i) Livorno, Italy ii) Grafenwoehr, Germany d) ASC, U.S. Central Command (CENTCOM) AOR, APS 5: i) Doha, Qatar ii) Camp Arifjan, Kuwait iii) Kuwait Naval Base, Kuwait iv) Afghanistan - Bagram and Kandahar. Remote support and occasional travel will be required to support Forward Operating Bases (FOBs). There are currently 8 active FOBs, which may increase or decrease throughout the life of the contract. e) ASC, U.S. Pacific Command (PACOM) AOR, APS 4: i) Camp Carroll and Pusan Warehouse Facility, Korea ii) Sagami, Okinawa, and Yokohama, Japan f) ASC, U.S. Northern Command (NORTHCOM) AOR, APS-3-Afloat (AF): i) Charleston, SC (ASLAC) g) Sierra Army Depot, CA Services will cover a 60-day transition period, 10 month base period, and four 1-year option periods. The proposed service contract will be a combination FFP and CPFF type contract solicited using Full and Open competition. Support to selected tasks may require a security clearance of SECRET. The Offeror/subcontractor/managing partner shall possess a SECRET Facility Clearance prior to the RFP closing date. If an Offeror /subcontractor/managing partner possesses an INTERIM SECRET Facility Clearance prior to the RFP Closing date that can be validated by the Defense Security Service (DSS), the INTERIM SECRET Facility Clearance is sufficient to meet the SECRET Facility Clearance requirement for proposal submission. Anticipated Draft RFP Release date is 5 November 2014. Anticipated formal RFP Release date is 16 December 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/971464f580616f60e99426608f1e7a1c)
 
Record
SN03558849-W 20141029/141027235048-971464f580616f60e99426608f1e7a1c (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.