Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 4,1999 PSA#2295

US 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