Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2017 FBO #5775
SOLICITATION NOTICE

D -- Standard Army Ammunition System (SAAS)

Notice Date
9/13/2017
 
Notice Type
Presolicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
 
ZIP Code
61299-8000
 
Solicitation Number
W52P1J-16-R-0161
 
Archive Date
10/13/2017
 
Point of Contact
Brian Egli, Phone: 3097823941, Lisa M. Digney, Phone: 3097824946
 
E-Mail Address
brian.j.egli.civ@mail.mil, lisa.m.digney.civ@mail.mil
(brian.j.egli.civ@mail.mil, lisa.m.digney.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this notice is to synopsize a requirement prior to issuing the solicitation in accordance with Federal Acquisition Regulation 5.204. The U.S. Army Contracting Command - Rock Island anticipates the issuance of a Request for Proposal (RFP) for Standard Army Ammunition System (SAAS) services, Solicitation Number W52P1J-16-R-0161, in support of Product Lead Logistics Information Systems (PL LIS) via the Federal Business Opportunities (FedBizOpps) Governmentwide point of entry. **THE GOVERNMENT IS NOT REQUESTING PROPOSALS AT THIS TIME IN RESPONSE TO THIS NOTICE.** The SAAS system is the tactical logistics software system designed to provide centralized information of ammunition management functions and units in support of deployed and garrison operations world-wide. The SAAS effort is to provide Post Production Software Support (PPSS) to PL LIS. The SAAS PPSS contract shall provide labor, supplies, materials and equipment (including software development) necessary to support the Government's efforts to keep the SAAS system stable and operational for Department of Army (DA)-wide users. The support services provided include, but are not limited to: SAAS Technical Support, Functional and Subject Matter Expert Support, Customer Support, Training Support, Administrative Support, Testing and Evaluation Support, Configuration Management, Validation & Verification, Cyber Security and Information Assurance, Miscellaneous Support, and System Enhancements. The work requirements shall also include activities related to project management, quality assurance, configuration management, technical research and analysis, system documentation, database administration, and operation and maintenance. Additionally, PPSS includes software maintenance on existing software, incorporation of software changes/fixes required by Department of Defense/DA policies and regulations and the user community, providing hardware upgrades and software testing to ensure successful completion of the requirements, and providing documentation updates in accordance with applicable changes. This requirement will be solicited under full and open competition after exclusion of sources as a total small business set-aside. The North American Industry Classification System (NAICS) code is 541519 - Other Computer Related Services (the exception under NAICS code 541519 for Information Technology Value Added Resellers does not apply to this effort). The period of performance consists of one (1) twelve-month base period and four (4) twelve-month option periods. A single Cost-Plus-Fixed-Fee Term (labor) and Cost-No Fee (Other Direct Costs) contract will be awarded to the Offeror who is determined to be the best value to the Government on a trade-off basis. The primary place of performance shall be the contractor's facility. The contractor's facility shall be within 35 miles of Fort Lee, VA. The contractor shall be required to support the deployed system at both Contiguous United States and Outside Contiguous United States locations on a temporary basis. This synopsis does not constitute a RFP. This synopsis should not be construed as a commitment by the Government to award a contract, nor to pay for any costs incurred as a result of this notice. All future notices for this effort will be published under solicitation number W52P1J-16-R-0161. The Government does not intend to answer any questions resulting from this synopsis. The RFP will be issued electronically as will any amendments thereto. Because of this, the Government is under no obligation, and in fact is unable, to maintain a bidder's mailing list. Therefore, interested parties should periodically access the FedBizOpps website in order to obtain any related information which may be issued. Contracting Office Address: 3055 Rodman Avenue Rock Island, Illinois 61299-8000 United States Primary Point of Contact: Brian J. Egli, Contract Specialist brian.j.egli.civ@mail.mil Phone: (309) 782-3941 Secondary Point of Contact: Lisa M. Digney, Contracting Officer lisa.m.digney.civ@mail.mil Phone: (309) 782-4946
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e23b85f1e0f1531954ec25111cc47d2b)
 
Place of Performance
Address: Within 35 miles of, Fort Lee, Virginia, 23801, United States
Zip Code: 23801
 
Record
SN04676013-W 20170915/170913232453-e23b85f1e0f1531954ec25111cc47d2b (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.