Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 01, 2015 FBO #4786
SOLICITATION NOTICE

D -- NATO International Competitive Bidding (ICB): Contractor Support - IBM Rational Expert Able to Support the Setting Up of a Requirements Tracking System

Notice Date
12/30/2014
 
Notice Type
Presolicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Commerce, Bureau of Industry & Security, Department of Commerce, 1400 Pennsylvania Avenue, NW, Room 1099D, Washington, District of Columbia, 20230
 
ZIP Code
20230
 
Solicitation Number
IFIB-ACT-SACT-15-01
 
Archive Date
1/22/2015
 
Point of Contact
Lee Ann Carpenter, Phone: 202-482-2583, Lee Ann Carpenter, Phone: 202-482-2583
 
E-Mail Address
LeeAnn.Carpenter@bis.doc.gov, LeeAnn.Carpenter@bis.doc.gov
(LeeAnn.Carpenter@bis.doc.gov, LeeAnn.Carpenter@bis.doc.gov)
 
Small Business Set-Aside
N/A
 
Description
Supreme Allied Commander Transformation Headquarters (HQ SACT) is seeking contractor support for the setting up of a Requirements Tracking System. The bidding procedure will be Sealed Bidding (Best Value). The type of contract is Firm Fixed Price (FFP). Partial bidding is not authorized. The reference for the Invitation for International Bidding (IFIB) is ACT-SACT-15-01. Potential prime contractors must 1) be pre-approved for participation in NATO International Competitive Bidding (ICB) and 2) must have performed similar tasking to the requirement described in the solicitation. Contractor personnel performing services under the contract must be citizens of a NATO nation and must have appropriate professional training and experience in a related field. REQUIREMENT Using IBM Rational suite, in the NATO Secret Network, develop a requirements management software system and associated process tool to be used in ACT (USA) and ACO (Belgium) simultaneously using the same database. The tool must be able to track requirements change across the projects and programs that make up a Capability Package (CP). This tool must be able to ensure traceability of requirements throughout the lifecycle of an Information Technology Capability Package. At the same time, the tool must provide the user with the ability to implement change management, risk management, and quality management. Data for the above mentioned feature will be made available from different databases (like CPMISS ACCESS database, CIRIS PLANVIEW Database, WIKI SharePoint) already in use in the NATO environment, as well as other Microsoft documentation. The tool must be able to upload data automatically and compare, when requested, with data made available from other NATO entities like PIMIC (PIMIC database uses IBM DOORS and is located in Hague, Netherlands). The contactor must make available before the end of the contact the associated software technical documentation and user documentation. The contractor will need to provide initial training to up to 5 IBM rationale users on the system functionality. The training will be organized both in ACT and in ACO (Mons Belgium) and necessary travel will be included in the SOW. The contractor must be able to operate on the NATO Secret Network dealing with classified information. The contractor is responsible for ensuring that the Defense Security Service Operations Center forwards to the NATO contracting entity the required NATO security clearance certifications. Project development will be completed through the following phases: - Setup the system requirements framework in the IBM tool starting from the ACT directives - Initial upload of data related to CP 9C0150 and 0A0104 (total number of (14 + 18) 32 projects - Validation and verification of the tool functionalities - Provide process and functionalities to identify project and program inter-dependencies and impacts - As time allows, further upload of data in other AIS CPs - After the system has been accepted by the user, the contactor will start the training session to be carried out before data upload is finished (training might be provided both in ACT and in ACO) BIDDING PROCEDURE NATO ICB requires that the U.S. Government nominate U.S. prime contractors to the bidders list. Before the U.S. Government can nominate a U.S. prime contractor to the bidders list for this procurement, the firm must be approved for participation in NATO ICB. Firms are approved for NATO ICB on a facility-by-facility basis. The NATO ICB application is a one-time application. The application requires supporting documentation in the form of 1) a company resume indicating contracts completed as a prime contractor and 2) an annual report or set of financial documents indicating compilation, review, or audit by an independent CPA. U.S. firms can download a copy of the U.S. NATO ICB application from the following website: http://www.bis.doc.gov/index.php/other-areas/strategic-industries-and-economic-security-sies/nato-related-business-opportunities The application and supporting documentation may be submitted as e-mail attachments. If, when submitting the application, your firm is interested in a specific NATO ICB project, please include the following in the text of your email: - the title and/or solicitation number of the project - the name/phone/FAX/email of the point of contact for the bid documents Upon approval of your one-time NATO ICB application, the Department of Commerce will then know to follow up by issuing a Declaration of Eligibility (DOE) for that project. A DOE is used to nominate an approved firm to the bidders list for a particular NATO ICB project. IMPORTANT DATES Firms should request a DOE (and, for firms new to NATO ICB, submit a completed one-time NATO ICB application) by: 19 January 2015 Please note, however, that HQ SACT will accept nominations to the bidders list (DOEs) past the nomination deadline and up to the bid closing date. IFIB release (target): On or about 22 January 2015, the IFIB will be posted on the following website: http://www.act.nato.int/contracting-procurements Bid closing (target): 05 March 2015 Period of performance: 01 April 2015 - 31 March 2016 with three possible option periods (01 April 2016 - 31 March 2017, 1 April 2017 - 30 September 2017, 01 October 2017 - 01 March 2018)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/BIS/comp99/IFIB-ACT-SACT-15-01/listing.html)
 
Place of Performance
Address: Norfolk Virginia and, temporarily, Mons Belgium (no more than 2 weeks per annum), United States
 
Record
SN03606552-W 20150101/141230234341-7e9383976d991142ffb94f07b2e7d4c1 (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.