Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 28, 2017 FBO #5665
SOURCES SOUGHT

D -- RFI - WholeMan Software Program

Notice Date
5/26/2017
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-17-P-HPGS
 
Archive Date
5/26/2018
 
Point of Contact
NOEL PEREZ, Phone: 9104329957, Jennifer Z. Payne, Phone: 910-432-6978
 
E-Mail Address
perezn@ahqb.soc.mil, Jennifer.payne@soc.mil
(perezn@ahqb.soc.mil, Jennifer.payne@soc.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this RFI is to provide industry the opportunity to identify themselves as interested sources capable of meeting the software maintenance and upgrade requirements for the WholeMan software program. The WholeMan software (aka GideonSoft or Human Capital Decision Tool) platform is a data collection and report tool that provides refined information to decision makers to make critical and timely human capital decisions. The main goals of such a system are creating quality decisions, saving time, and creating new information. The WholeMan is currently used during ARSOF Assessment & Selection (A&S) and is being incorporated into the Special Forces Qualification Course (SFQC). The initial requirement was derived around 2003, in which the 1st Battalion, 1st Special Warfare Training Group (Airborne), United States Army John F Kennedy Special Warfare Center and School (USAJFKSWCS) created a methodology to assess and capture candidate performance data during Special Forces Assessment and Selection (SFAS). The Government contracted Horizon Performance, a Cary, North Carolina based small business to adapt their Commercial Off the Shelf (COTS) GideonSoft proprietary software to meet the unique requirements of SFAS. This stand-alone platform came to be called the WholeMan system because it integrated all performance data collected on a candidate and provided the command a decision support tool to "select" or "non-select" the candidate thus forcing the decision maker to look at the whole person. The information sought herein shall not be construed as a request for quote (RFQ) or as an obligation or commitment on the part of the Government to acquire any product or service. There shall be no basis for claims against the Government as a result of information submitted in response to the RFI. REQUIREMENT: The United States Army Special Operations Command (USASOC) has a requirement for a non-personnel service contract to provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform software license, maintenance, technical support, training of users, overlords, basic administrators, operational administrators and periodic customization for GideonSoft software program. The Contractor shall be required to sustain and maintain SWCS's in-place, automated and networked, holistic individual assessment system on the SOFNet network for the identified modules: Small Unit Tactics phase (SUT), Special Forces Assessment and Selection Course (SFAS), Civil Affairs Assessment and Selection Course (CAAS), Psychological Operations Assessment and Selection Course (POAS), Special Forces Officer MOS phase (18A), Robin Sage, Special Forces Orientation Course (SFOC), and Special Forces Engineer NCO MOS phase (18C). Projected Period of Performance (POP) is 1 July 2017; Base Year (12 Months Period), and Option Years: Four (4), 12 Months Option Periods. INTERESTED SOURCES CAPABLE OF FULFILLING THIS REQUIREMENT shall submit documentation addressing all required elements listed herein; providing only a reference to a website is unacceptable for purposes of this announcement and will not be considered or reviewed. All proprietary or corporate data received shall be clearly identified and shall be protected from release to sources outside the Government. Please do not submit classified material. Contractors interested in providing this service should be registered in the System for Award Management (www.sam.gov). Contractors responding to this Sources Sought are asked to provide the following information: 1. No more than a 5 page capability narrative explaining how the company can meet the requirements. Interested parties must also demonstrate that they are authorized to provide GideonSoft software, maintenance, and upgrades.; 2. Company's full name, point of contact, and address; 3. DUNS and CAGE number; 4. Applicable North American Industry Classification Standards (NAICS) and business size (whether they are a large, small, small-disadvantaged, 8(a), HUBZone, woman- owned, Service-Disabled Veteran Owned Small Business, historically black college or university and/or minority service institute) (Respondents should advise the Government of pending changes in the business size status). Responses shall be submitted electronically via email to noel.perezquinones@socom.mil and jennifer.payne@socom.mil. All responses shall be submitted by 1:00 PM EST on 9 June 2017 and shall include reference number H92239-17-T-HPGS in the subject line and submission documents. Respondents are cautioned that due to file size limitations and e-mail security protocols, there is a risk that not all correspondence will be received by this office. It is the interested parties' responsibility to ensure receipt of all e-mail and faxed correspondence. If receipt has not been acknowledged within 24 hours, please contact the Contracting Office at 910- 432-3781. FINAL DETERMINATION: Current market research shows that there is only one vendor capable of fulfilling the requirement however, it is the Government's intent to include responses to this RFI when making its final determination to negotiate on a sole source basis. Provided no other interested sources with the capability to fulfill this requirement are identified, the U.S. Army Special Operations Command, Fort Bragg, North Carolina intends to negotiate on a sole source basis with Horizon Performance, 8000 Regency Parkway, Suite 240 Cary, NC 27518. Respondents will NOT be individually notified of the results however, if the final determination results in the verification of a sole source negotiation, the properly redacted Justification and Approval (J&A) will be posted to the FBO site within 14 days of contract award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-17-P-HPGS/listing.html)
 
Place of Performance
Address: Fort Bragg, North Carolina, 28310, United States
Zip Code: 28310
 
Record
SN04524099-W 20170528/170526234559-c06ee32e81ecfddc84a2ce57412f9d65 (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.