Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2017 FBO #5721
SOLICITATION NOTICE

99 -- Consolidated Air Mobility Planning System (CAMPS) - Presolicitation Notice - DRAFT RFP ATCH-CDRLs - DRAFT RFP ATTACHMENTS - DRAFT RFP

Notice Date
7/21/2017
 
Notice Type
Presolicitation
 
NAICS
#541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 763rd SCONS, 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
 
ZIP Code
62225-5022
 
Solicitation Number
AFICA-FA4452-17-R-0007
 
Point of Contact
sarah Myers, Phone: 6182569948, Lee Mutschler, Phone: 6182569965
 
E-Mail Address
sarah.myers.3@us.af.mil, lee.mutschler@us.af.mil
(sarah.myers.3@us.af.mil, lee.mutschler@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DRAFT RFP DRAFT PPQ DRAFT Historical Data DRAFT PPQ Ltr DRAFT Sample Autho Letter DRAFT Sample Consent Ltr DRAFT PPIS DAFT DD254 Draft GFP Draft QASP DRAFT CDRL DRAFT CDRL DRAFT CDRL DRAFT CDRL DRAFT CDRL DRAFT CDRL DRAFT CDRL DRAFT CDRL DRAFT CDRL DRAFT CDRL DRAFT CDRL DRAFT CDRL DRAFT CDRLs DRAFT CDRLs DRAFT CDRL DRAFT CDRL DRAFT CDRL DRAFT CDRL DRAFT CDRL DRAFT CDRL DRAFT CDRL DRAFT CDRL DRAFT CDRL DRAFT CDRLs DRAFT CDRLs Pre Solicitation Notice This is a synopsis of proposed contract action FA4452-17-R-0007. This is not a solicitation or invitation for offerors to submit proposals. This is a follow-on contract to FA4452-17-F-0026 performed by Science Applications International Corporation (SAIC). 763 Specialized Contracting Squadron (763 SCONS) requires contractor support to sustain Consolidated Air Mobility Planning System (CAMPS). CAMPS provides airlift and tanker planning, scheduling, and analysis during peacetime, crisis, contingency and wartime operations. CAMPS provides a complete, integrated view of mobility requirements, resources, and commitments; a status of air mobility planning and scheduling activities at each stage from concept initiation through mission closure; and alternative resource options to permit more efficient use of available assets. Services being acquired are below: The scope of this Contract is to: • Provide application web-enabling. • Provide operational application support. • Provide functional support Specific Task Areas include: Task 1 -Project Management- provides project management support for all tasks and deliverables to include: • Documents • Reports • Procedures & Descriptions • Attending Meetings • Meeting and Conference Support • Task Progress • Management Reviews • Quality Control • Configuration Management Task 2 -Application Web-enabling-provides support for creating web versions for the current CAMPS application capabilities to include: • Software Release Planning • Configuration Management • Analyze • Design • Develop • Test • System Integration and Delivery Task 3 -Asset Management- Provides Asset Management for Government Furnished Equipment Task 4-Securitey Engineering and Certification Accreditation provides: • Certification and Accreditation Support • Vulnerability Management • CAMPS Security Documentation support Task 5 -Operations Support provides: • Application Sustainment • Fielding Support • Technical Support • Functional Help Desk Task 6-Transition provides: • Phase-In • Phase-Out Task 7 -Software Sustainment Environment: CAMPS PMO will provide contractor with equipment for code development and testing. Currently consists of 90 hardware components. The contractor will configure and manage this environment. Attached to this notice is a DRAFT Request for Proposal (RFP) and DRAFT RFP attachments ALL documents are subject to change. The government plans to issue a formal RFP for CAMPS services anywhere from 08 Aug 17 to 08 Sep 17 but is subject to change. This acquisition will be solicited via the FedBizOpps website (FedBizOpps.gov) as a 100% Small Business Set-aside under NAICS 541511. The government intends to establish a Firm-Fixed-Price (FFP), with one CPFF CLIN for web-enabling and two cost reimbursable CLINS for Travel and Other Direct Costs (ODCs), contract to one offeror. Primary place of performance is contractor's facility and Scott AFB. This is a best value source selection conducted in accordance with Federal Acquisition Regulation (FAR) 15.3, Source Selection, as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS), and the Air Force Federal Acquisition Regulation Supplement (AFFARS). These regulations are available electronically at the Air Force (AF) FARSite, http://farsite.hill.af.mil. The Government will utilize the subjective tradeoff methodology to select the best overall offer, based upon an integrated assessment of Technical/Risk, Past Performance, and Cost/Price A contract may be awarded to the offeror who is deemed responsible in accordance with the FAR, as supplemented, whose proposal conforms to the solicitation's requirements (to include all stated terms, conditions, representations, certifications, and all other information required by Section L of this solicitation) and is judged, based on the evaluation factors and subfactors to represent the best value to the Government. The Government seeks to award to the offeror who gives the Air Force the greatest confidence that it will best meet, or exceed, the requirements. This may result in an award to a higher rated, higher priced offeror, where the decision is consistent with the evaluation factors, and the Source Selection Authority (SSA) reasonably determines that the technical and/or overall business approach and/or past performance of the higher priced offeror outweighs the cost difference. The SSA will base the source selection decision on an integrated assessment of proposals against all source selection criteria in the solicitation. The offeror must be registered and active in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in the SAM, it may do so through the SAM website at https://www.sam.gov/portal/public/SAM/. The planned period of performance is as follows: Phase-in: 1 Jul 18 - 30 Sep 18 (3 Mo) Base Year (Full performance): 1 Oct 18 - 30 Sep 19 (12 mo) Option 1: 1 Oct 19 - 30 Sep 20 (12 mo) Option 2: 1 Oct 20 - 30 Sep 21 (12 mo) Option 3: 1 Oct 21 - 30 Sep 22 (12 mo) Option 4: 1 Oct 22- 31 Jun 23 (9 mo) 6 mo EOS: 1 Jul 23 - 31 Dec 23 (6 mo) Please note that all dates listed in this synopsis are tentative and are subject to change. The POC for this requirement is Sarah Myers at sarah.myers.3@us.af.mil or 618-256-9948.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/AFICA-FA4452-17-R-0007/listing.html)
 
Record
SN04589664-W 20170723/170721234601-d284ae02d6bdc231c2d77bff1414d926 (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.