Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2021 SAM #7028
SPECIAL NOTICE

70 -- ACEIT Software Licenses and Associated Training

Notice Date
2/23/2021 10:22:37 AM
 
Notice Type
Special Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
AIR AND MARINE CTR DIV WASHINGTON DC 20229 USA
 
ZIP Code
20229
 
Solicitation Number
20124742
 
Response Due
3/5/2021 10:00:00 AM
 
Archive Date
03/20/2021
 
Point of Contact
Caitlin Jenkins
 
E-Mail Address
caitlin.m.jenkins@cbp.dhs.gov
(caitlin.m.jenkins@cbp.dhs.gov)
 
Description
Notice of Intent to Sole Source: U.S. Customs and Border Protection intends to issue a firm fixed price award to Tecolote Research, Inc. for Automated Cost Estimated Integrated Tools (ACEIT) software licenses and ACEIT self-pace training. The ACEIT suite is an industry standard and government-wide accepted tool to support acquisition program lifestyle cost estimates (PLCCE) development. The tool provides unique and tailored capabilities which streamline the effort required to build and sustain PLCCEs. In accordance with Department of Homeland Security (DHS) Management Directive 102-01, program lifecycle cost estimates (PLCCE) are required to support key acquisition program milestones. The ACEIT licenses and training will help CBP Air and Marine Operations (AMO) meet the DHS policy. AMO utilizes ACEIT to develop cost models that help in the development of the AMO budget. Maintaining the most current software license of ACEIT allows AMO to receive technical support and product updates. The trainings are key to maintain a workforce that is up-to-date on the software and learn all the capabilities that ACEIT offers. If Tecolote Research, Inc. does not provide the licenses or training then all of the AMO PLCEE models will need to be rebuilt in a different cost estimate program. The development of a new program would not be advantageous to the Government because additional costs would incur and additional time would be required to be build the new program. The anticipated period of performance is a base year from April 1, 2021 through March 31, 2022 with the potential of three (3) option years through March 31, 2025.�This notice is neither a request for proposal nor an invitation for bids. There is no formal solicitation available for this requirement at this time. If any contractors feel that they can meet the requirements, please contact the Contracting Officer by e-mail at caitlin.m.jenkins@cbp.dhs.gov by the response date and time listed with this notice. You must submit a capabilities statement displaying your ability to meet the requirements.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c4c2d3bb7a8f4b08af0d187e33f9cb47/view)
 
Place of Performance
Address: Washington, DC, USA
Country: USA
 
Record
SN05923911-F 20210225/210223230110 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.