|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 4,1999 PSA#2295US Army Corps of Engineers, Engineering and Support Center Huntsville,
4820 University Square, Huntsville, AL 35816-1822 D -- INFORMATION TECHNOLOGY SERVICES SOL DACA87-99-R-0007 DUE 040599
POC Contract Specialist, Stacy C. Watson 256-895-1164 E-MAIL:
Connie.B.Oberle@HND01.usace.army.mil,
Stacy.R.Watson@HND01.usace.army.mil. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format FAR subpart 12.6, as supplemented with additional
information included in this notice. The announcement constitutes the
only solicitation; proposals are being requested and a written
solicitation will not be issued. This solicitation DACA87-99-R-0007 is
issued as an RFP. The solicitation incorporates provisions and clauses
identified in FAR Subpart 12, FAC 97-03, 09 Feb 1998, as required.
Standard industrial classification is 7379. Small Business Size
Standard is $18M. This project will be procured using commercial item
procedures. The contract type will be firm fixed price. The Government
proposes to solicit quotes on the following items: CLIN 0001 -- COTS
Product Purchase to include licensing agreement; CLIN 0002 -- Data
Conversion; CLIN 0003 -- COTS Product Installation and Testing; CLIN
0004 -- COTS Product User Training; CLIN 0005 -- COTS Product User
Training Documentation; CLIN 0006 -- COTS Product Life -- Cycle O&M
Documentation; CLIN 0007 -- COTS Product Life -- Cycle Maintenance
Support. The services to be provided by the contractor under this
purchase order include furnishing all materials, supplies, travel,
labor, and management effort necessary to accomplish the tasked
identified herein. The National Guard Bureau works in conjunction with
fifty -- four (54) states and territories to provide, maintain, and
operate facilities for the Federal government and/or the state or
territorial government. A real property inventory system provides the
central repository of data required to manage the maintenance and
operation of the facilities. This effort will include providing
Commercial Off the Shelf System (COTS) Products with the functional
capabilities herein, conducting data conversion from the existing
systems and programs, installing the COTS product, training for the
COTS software, and providing system training and system life -- cycle
maintenance documentation. It is the objective of the National Guard
Bureau to replace custom built real property inventory systems with a
COTS product that includes, but is not limited to, the following
functionality; (1) Real Property Inventory; (2) Real Estate Management;
(3) Work Order/Service Order Processing; (4) Budgeting; (5) Criteria;
(6) Project Management; and (7) Master Planning. The COTS product must
contain the capability to interface with existing information systems
in the Department of Defense and other Federal agencies. These systems
includes, but are not limited to: (1) ISR -Installation Status Reports
(Vision 2000 ISR, HQISR); (2)RPLANS -- Real Property Planning and
Analysis System and HQRPLANS -- Headquarters Real Property Planning and
Analysis System; (3) AIM HI -- Army Installation Management
Headquarters Information; (4) HQ EIS -- Headquarters Engineering
Information System; (5) Vision 2000 -- NGB Master Planning, TAB, SPACE.
GIS; (6) ASIP -- Army Stationing Installation Plan; (7) POM -- Program
Objective Memorandum (Procurement Cycle). The interfaces are to be
implemented using batch files submitted on a periodic basis. The COTS
product must be Y2K compliant. Converting data from the existing system
to the COTS product must convert non-Y2K compliant data to Y2K
compliant dates. The COTS product must handle the depreciation of real
property inventory in compliance with the Chief Financial Officer
Initiative that takes effect on October 1, 1999. The contractor will be
required to covert data from the existing legacy systems and programs
used by the National Guard Bureau to the COTS product. These systems
and programs to be converted to include but are not limited to: (1) DR
REAL; (2) PIER; (3) BOATS; (4) SEAS; (5) AENCORP; and (6) Action
Officer Spreadsheets. The contractor will be required to deliver, setup
and test the COTS product to the NGB Readiness Center, Arlington, VA.
This effort will be costed as separate line item. Additional follow-on
installation sites may be issued and negotiated as a modification to
this effort. The contractor will provide user training to demonstrate
the complete functional operation of the COTS product capabilities. The
contractor will prepare and submit a User Training Plan Proposal as a
part of this initial effort, which will be outlined into blocks of
instruction with complete coverage of the COTS product's capabilities
and costed as a separate line item. This task will include providing
User Training documentation in the form of a Training Manual which will
be a stand-alone document with sufficient detail to serve as
independent instructional guide or as a reference subsequent to
training. There will be two (2) submittals of this manual at PRE-FINAL,
phase of development (approximately 95 per cent completion) and a FINAL
version upon incorporating NGB comments. All documentation will be
submitted in electronic and hardcopy format. The contractor will be
required to submit operations and maintenance (O&M) documentation in
sufficient detail to allow the usingactivity to resolve system problems
and conflicts. This item will be costed as a separate line item to be
provided in electronic and hardcopy format. There will be TWO (2)
submittals for this documentation at the PRE-F INAL, phase of
development (approximately 95 per cent completion) and a FINAL version
upon completing incorporating NGB comments. The Funtional Requirement
data disk will be disseminate in conjunction with the RFP upon
request. The provision at FAR 52.212-1, Instructions to Offerors --
Commercial, applies to this acquisition. The provision at 52.212-2,
Evaluation -- Commercial Items, applies to this acquisition. Proposals
will be evaluated using following technical criteria, which are listed
in relative order of importance: Phase I Evaluation Criteria: (1)
Determine if COTS will support NGB business processes without
modification. (2) Identify existing business rules, policies and
procedures that impede the adoption of COTS for NGB use. (3) Determine
which DR REAL functions can be replaced with COTS as well as those
that are unique to the NGB and may require continued government
support. (4) Determine if a COTS database can be mapped to and update
a government maintained database. This was based on the premise that
COTS typically can not sustain the horizontal and vertical data flow
now contained in the interfaces amongst NGB and Army systems without
the creation of customized software. (5) Upgrades Considerations. (6)
Life -- Cycle/Warranty/ Maintenance and Technical Support. (7) Past
Performance. Phase II Evaluation Criteria: (1) Exceptional Scenario
Operation; (2) Exceeds Scenario Requirements; (3) Meets Scenario
Requirements; and (4) Support only part of the Scenario Requirement.
Price will not be scored, but will be evaluated for reasonableness and
affordability. The provision at FAR 52.212-3, Offeror Representations
and Certification applies to this acquisition. Please include a
completed copy of this provision. The clause at FAR 52.212-4, Contract
Terms and conditions, applies to this acquisition. The clause at FAR
52.212-5 Contract Terms and Conditions Required to Implement Statutes
or Executive Order-Commercial Items, applies to this acquisition. Only
written proposal to this synopsis/solicitation will be accepted and
must be received by 3:00PM local time, 5 April 1999. The original and
two (2) copies of the proposal should be mailed to the US Army
Engineering and Support Center, ATTN: CEHNC-CT-P/Stacy Watson, 4820
University Square, PO Box 1600, Huntsville, AL 35807-4301. Posted
03/02/99 (W-SN303950). (0061) Loren Data Corp. http://www.ld.com (SYN# 0025 19990304\D-0002.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|