SOURCES SOUGHT
D -- ULLS-A(E) Follow on - PWS and Appendix A
- Notice Date
- 3/9/2018
- Notice Type
- Sources Sought
- 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
- w52p1j18r0074
- Archive Date
- 4/7/2018
- Point of Contact
- Charles P. Holliday, Phone: 3097823297, Ryan R. Larrison, Phone: 3097826214
- E-Mail Address
-
charles.p.holliday.civ@mail.mil, ryan.r.larrison.civ@mail.mil
(charles.p.holliday.civ@mail.mil, ryan.r.larrison.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Appendix A Draft PWS Introduction: This is a Request for Information (RFI), as defined in Federal Acquisition Regulation (FAR) 15.201(e). This is not a request for proposal, request for quotation, or an invitation for bid, nor does its issuance obligate or restrict the Government to an eventual acquisition approach. This RFI does not obligate the Government to issue a solicitation. This RFI is being conducted solely for information and planning purposes and does not constitute a solicitation. Neither unsolicited proposal, nor any other kinds of offers, will be considered in response to this request or accepted by the Government to form a binding contract. Contractors are solely responsible for all expenses associated with participating in this RFI. Acknowledgement of receipt of submitted items will not be made, nor will respondents be notified of the outcome of the information received. The purpose of this RFI is to gather information regarding the capability to satisfy Unit Level Logistics System - Aviation (Enhanced) (ULLS-A(E)) combatant logistics automation requirements and sustainment needs to the Product Lead Logistics Information Systems (PL LIS) located at Fort Lee, Virginia. Synopsis: This RFI is to identify potential sources that can provide the necessary Post Production Software Support (PPSS) in support of the ULLS-A(E). The ULLS-A(E) Contract shall provide labor, supplies, materials, equipment, and facilities necessary to support the Government's efforts to keep the ULLS-A(E) system stable and operational for Department of Army (DA)-wide users. The support services provided include, but are not limited to: Army Interoperability Engineering, Data Strategy, Configuration Management and Standards Support, Help Desk Operations, limited On-site Customer Assistance, Software Technology Demonstration and Transition, Information Assurance (Cyber Security) and Software Assurance Support. The work requirements shall also include activities related to project management, quality assurance, 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 (DoD) / DA policies and regulations and the user community, providing hardware upgrades testing and software testing to ensure successful completion of the requirements, and providing documentation updates in accordance with applicable changes. The Contractor is responsible for ensuring personnel possess proper experience with the logistics information systems and the specific areas listed above in support of ULLS-A(E). The Contractor shall comply and keep current with the appropriate DoD, Services, and Army architectures, programs, policies, standards and guidelines (e.g., Security Technical Implementation Guide, Net-Centric Enterprise Services, and Defense and Information Systems Network). The ULLS-A(E) mission is further described in the Draft Performance Work Statement (PWS) and associated Appendix A attached to this RFI. These documents are provided solely to gain understanding of the system and should not be construed as the final requirement for a possible future Request for Proposal. Responses should follow this format and be submitted electronically as one complete document. This announcement is in support of market research performed by the Army Contracting Command - Rock Island to determine interest and capability to perform all services delineated below. Background: The PL LIS mission is to provide efficient and effective acquisition lifecycle management and sustainment of the legacy logistics information systems under its purview. PL LIS is responsible for ensuring these legacy systems remain functional, technically viable and cyber secure. The systems provide the Army's leadership with critical management information for supply, maintenance, property accountability, and ammunition for Army operations worldwide. Lifecycle sustainment includes: maintain system compliance with Risk Management Framework associated policies and procedures, the preparation and release of cybersecurity software patches and updates; system change packages that maintain the systems operational capabilities; and distribution of systems or components in response to changes in the Army's unit composition. ULLS-A(E) is the legacy aviation system of record for Operational Readiness Reporting, Maintenance Record Keeping, Maintenance Man-hour Tracking, Aircrew Flight Hour Tracking, Work Order Management and Supply Systems Interfaces and Asset Management. The system utilizes commercial off-the-shelf hardware and operates in both Field and Garrison level aviation maintenance and supply management activities. It allows The Army Maintenance Management System-Aviation DA Pamphlet 738-751 functional requirements to be utilized in an automated environment, provides tracking of scheduled and unscheduled maintenance events, and work-order management and supply transactions for issue, receipt, and turn-in of Class IX items. ULLS-A(E) is a total force solution used by the Active Army, Army National Guard, and Army Reserve components in tactical and non-tactical environments. ULLS-A(E) is used at all levels of Army Aviation maintenance, from the Crew Chief at the aircraft to the Depot and Logistics Readiness Center repair facilities. All ULLS-A(E) system hardware will be provided to the contractor as Government Furnished Property (GFP). Contractor will sign for the property, provide verification of inventory, and return all GFP to government upon conclusion of contract. ULLS-A(E) hardware currently consists of Dell Precision 6600 and 6700 used as database hosts and parser hosts, Dell E6520 workstations as data entry points for users operating the ULLS-A(E) application Graphical User Interface, and Maintenance Support Device-Version 3 Type 1 or GETAC V110-G3 logbooks that accompany Army aircraft and are used by aircrew to record inspections and conduct maintenance actions. ULLS-A(E) software currently consists of the Army Gold Master configured Windows 10 64-bit operating system for workstations, the Windows 10 64-bit operating systems for aircraft logbooks, and the Unified Gold Master configured Windows Server 2012r2 operating system for ULLS-A(E) servers. Microsoft SQL Server 2012 Service Pack 3 is the database software solution used in ULLS-A(E) for data storage. The development environment is currently a.NET based application. The implemented and fielded software/system continues to support its original operational mission and subsequent mission modifications mandated by DoD/DA and product improvement efforts. The PL LIS and the ULLS-A(E) program are a part of the Program Executive Office-Enterprise Information Systems (PEO-EIS) family of legacy logistics Army Information Management Systems. Place of Performance Primary Place of Performance is Contractor worksite located within 35 miles of Fort Lee, VA. Contractor will need to provide workspace for government personnel and supporting outside contractors as well as dedicated testing space. Additional Requirements Travel to both the Contiguous United States and Outside the Contiguous United States sites may be required. All travel shall be in accordance with the Joint Travel Regulations. Anticipated Period of Performance The anticipated period of performance for this requirement is for one (1) 12-month base period followed by four (4) 12-month option periods. Current contract: W15P7T-12-D-E009, Task Order KX03 Incumbent: Northrop Grumman The Service Contract Act is not applicable. Company Information: 1. Please provide the following information: Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: Cage Code: Small Business: Yes or No based on the NAICS code 2. Please identify your company's small business size standard based on the applicable North American Industry Classification System (NAICS) Code 541519 - Other Computer Related Services. Additionally, please identify any socio-economic categories for which your company qualifies. The Small Business Size Standard for this NAICS code is $27.5M. The exception under NAICS Code 541519 for Information Technology Value Added Resellers does not apply to this notice. For more information refer to https://www.sba.gov/contracting/getting-started-contractor/make-sure-you-meet-sba-size-standards/table-small-business-size-standards. 3. If you identify your company as an active small business company and you are capable of providing the required services as described above, is your company interested in a prime contract for PPSS in support of PL LIS and PEO EIS? 4. If you identify your company as an active small business company, under the current Small Business recertification regulations, do you anticipate your company remaining a small business under NAICS Code 541519 - Other Computed Related Services? 5. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements that pertain to the requirements. Offerors are encouraged to identify teams, indicating each team member's size status based upon the NAICS code of the work that the team member may be performing. Please list the process used in selecting the teaming members. 6. Interested companies shall provide a White Paper with the following information included: •The contractor's ability to manage, as prime contractor, the types and magnitude of the taskings to meet the requirements; •The technical ability and functional knowledge possessed by the contractor to meet the requirements; •Describe the same or similar relevant performance; and •Identify your company's past and current customers to which you provided similar support services, including any Government contract numbers, a customer/company name and point of contact, phone number and address/e-mail where they can be contacted. If the Government has additional questions or a need for information following the evaluation of your response you may be contacted and asked to provide that information. Submission Instructions: Participation in response to this RFI will not preclude any vendor from responding to future acquisitions, either individually or as part of a team. White papers and other submitted information as requested above will be reviewed by Government personnel only. White papers shall be no more than five (5) pages in length. A page is defined as each face of an 8.5 x 11 inch sheet of paper containing information. When both sides of a sheet display printed material, it shall be counted as two pages. Pages shall be single spaced with 1.5 line spacing. The Arial text size shall be no less than 12 point with at least 1 inch margins on the top and bottom and 3/4-inch side margins. All information should be provided via electronic mail to Chase Holliday, Contract Specialist: charles.p.holliday.civ@mail.mil, no later than 1600 Central Time 23 March 2018 in a Microsoft Word compatible file. Any information submitted by respondents to this sources sought notice is totally voluntary and at no cost to the Government. This information will help the Government form its acquisition strategy. No solicitation exists; therefore, do not request a copy of a solicitation. Please be advised that all correspondence sent shall contain a subject line that reads "ULLS-A(E) - Sources Sought Notice Response". Marketing brochures will not be considered adequate information in response to this notice. Contracting Office Address Army Contracting Command - Rock Island 3055 Rodman Avenue Rock Island, Illinois 61299-8000 United States Primary Point of Contact Chase Holliday, Contract Specialist charles.p.holliday.civ@mail.mil Phone: (309)782-3297 Secondary Point of Contact Jeanine M. Mathiesen, Contracting Officer's Representative jeanine.m.mathiesen.civ@mail.mil Phone: (804)734-0415 Disclaimer: THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES. This announcement is issued solely for information and planning purposes and does not constitute a solicitation. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Responses will not be returned nor will the Government confirm receipt. Whatever information is provided will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process. In accordance with FAR 15.201(e), responses are not offers and cannot be accepted by the Government to form a binding contract. All Government and Contractor personnel reviewing responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/fc85cb6fe42502bd0dad5b8f7a66d020)
- Record
- SN04849852-W 20180311/180309231331-fc85cb6fe42502bd0dad5b8f7a66d020 (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 |