Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 10, 2006 FBO #1810
SOLICITATION NOTICE

D -- The full range of technical support services for the Standard Procurement System Joint Program Office as defined in the Statement of Objectives

Notice Date
11/8/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, ITEC4, Directorate of Contracting , 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W91V38-97-R-0002
 
Response Due
12/8/2006
 
Archive Date
2/6/2007
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The SPS JPMO seeks proposals on a full and open competitive basis for a base year with 4 options against an existing contract vehicle such as FSS/GSS, Army ITES or any other available. 1.0 Scope The scope of this contractual effort includes a full range of those activities necessary to enhance, coordinate, and manage the technical support services of JPMO integration services, training manager and support, deployment support, technical planning fo r JPMO and Center of Excellence, testing support and engineering analysis for the benefit of the SPS program. A Full Deployment Decision Review (FDDR) is scheduled for September 2006 and Full Operating Capability (FOC) is scheduled for 2009. It is anticipated that the scope and resources for option years beginning with FY09 should decrease. Each proposal shall p rovide their approach for this decline in resources. 2.0 Program Technical Objectives 2.1 The JPMO requires an Integration Specialist that has extensive experience with SPS, the Adapter and legacy system integrations. This knowledge should include XML, webMethods, integration testing methodologies, and system technical documentation to meet the following objectives. The JPMO requires that the integration project that includes maintenance of the existing Increment 2 translators and itegrations as well as updates to the Increment 3 integrations. The contractors objective is to maintain a cl ose liaison with the government and vendor adapter and mapping teams to verify that planned end-to-end integrations are in accordance with the project documentation and approved project plan. This will be accomplished by facilitating discussions of issues, by engaging the appropriate points of contact/subject matter experts to obtain a resoultion, and by escalating issues that cannot be resolved at the working level.. The JPMO requires analysis and review of applicable translator impact analysis documents for standard legacy system integrations, integration layer XML Schemas and WSDLs, and Functional Specification Documents to verify that planned Increment 3 integration s are in consonance with the OSD approved CAS. The contractors objective is to provide functional and technical analysis and review of the applicable translator impact analysis documents for standard legacy system integrations, integration layer XML Sche mas and WSDLs, Functional Specification Documents and related Increment 3 training documentation to verify that Increment 3 integrations conform to the CAS. This will be accomplished by identifying issues, engaging the appropriate points of contact/subject matter experts in the resolution of these issues, and by escalating issues to the JPMO staff that cannot be resolved at the working level. The JPMO requires validation that the requirements for the translators have been thoroughly tested and that the developer provide test cases, test scripts and appropriate test artifacts that are used in the development and testing of each translator. The contractors objective is to gather, manage and review the test scripts, test cases and test artifacts, and to verify that all requirements are being exercised during translator testing. This will be accomplished through a close liaison with the legacy sys tem functional and technical points of contact/subject matter experts to ensure that all test materials are provided and reviewed expeditiously and by cross-referencing requirements to test scripts, cases and artifacts to ensure complete coverage. 2.2 The JPMO requires a Deployment Specialist to support the JPMO mission and customers. The contractors objective is to develop, implement an d maintain internal SPS JPMO Deployment processes and procedures in support of the JPMO Deployment Manager. " Establish, implement and maintain a common SPS JPMO Deployment database including but not limited to site configuration information, Point of Contact (POC) Information, Software version installation, Service, SPS-I/Adapter installation, and so forth by s ite. " Identify and implement process changes for the JPMO Pre-Deployment Package. " Distribute Pre-Deployment Packages, receive completed packages, and follow-up with individual sites for accuracy and completeness including fielding of questions from sites. " Develop cost saving measures and identify incentives for use in the overall SPS V4.2 program or deployment process. " Development and maintenance of Version 4.2 detailed Deployment schedule providing at a glance status of each SPS site. " Participate in weekly Deployment In Process Review (DIPRs). " Communicate with deployed SPS users in support of the deployment process of V4.2. " Provide Distribution Management of Client software by developing and maintaining database of client software mailings, and tracking/confirming mailing expenses. " Prepare and Analyze data calls as necessary. " Provide updates as necessary for the JPMO Web site. " Maintain the current licensing for each site and assist in resolution of licensing issues. " Demonstrate in depth knowledge of CLIN structure for technical support and licensing to assist the Contracting Officer Representative (COR) in planning efforts. " Input to Master Integrated Schedule as required. " Using the information contained in the established databases to produce program metrics as required by the Program Manager. " Create Ad Hoc reports as required. " Maintain the Deployment travel spreadsheet and perform the first review of all travel estimates and invoices for accuracy and compliance with regulations; Audit invoices submitted by the contractor. " Provide backup support for training and Help Desk scheduling & reporting. " Review and distribute the Deployment Final Report submitted by CACI and also the site exit surveys. " Update Deployment Customer Rating slide and provide results to the JPMO Deployment Manager. " Evaluate and provide feedback on Deployment Workshops. " Maintain attendee enrollment database for the Deployment Workshops. " Brief the JPMO portion of the Deployment Workshop as required. " Provide backup support for training and Help Desk scheduling & reporting. " Demonstrate proficiency in Lotus Notes Databases, Microsoft Office 2003 and MS Outlook. 2.3 The JPMO requires a Technical Consultant and a Web Administrator to support the JPMO mission and systems. The contractor will provide research, analysis, planning and reporting support for the Technical Division. The contractor will conduct independen t research on technology trends and tools that relate to the JPMO mission. This support will include, but is not limited to the following: " Develop position papers and/or evaluations of proposed vendor solutions that relate to the JPMO mission. " Provide briefings and presentations on solutions and/or plans developed. Develop position briefings for the Technical Division Director and/or other internal government representatives. " Liaison with the Technical Division Director to develop project plans for internal projects and work with other government points of contact to ensure those plans are aligned with JPMO objectives and resources. " Interact with other contractors, government points of contact, service desk officers and other service representatives to gather information for the JPMO Technical Division on required integration, consolidation, hardware, deployment and training issues and support. " Have an excellent understanding of the DoD environment and possess the ability to represent DoD and JPMO interests in meetings, conferences and other official gatherings. Project Facilitation: The contractor will work with the Technical Division Director and other assigned government project managers on external projects to develop plans and ensure that projects and kept on schedule and progressing toward successful outcomes. This support will include, but is not limited to the following: " Review project documentation and deliverables to ensure they are aligned with JPMO objectives. " Provide routine project status on a regular basis. " Provide comments and recommendations to the Technical Division Director and/or government project managers on potential problems, risks and mitigating strategies. " Liaison with the government and vendor adapter and mapping teams to ensure that planned end-to-end integrations are in accordance with the project documentation and approved project plan. " Have an excellent understanding of the DoD and JPMO environments and possess the ability to act as the project manager in the absence of or as directed by the Technical Division Director or assigned government project manager. The contractor will work with the appropriate government points of contact to develop project goals and a project plan that is in alignment with and facilitates the attainment of those goals. This support will include, but is not limited to the following: " Provide ongoing content management and related maintenance services to include basic server maintenance tasks, content management, new web part design, creation and fielding, and all related training. " Perform general COE portal maintenance activities. That is, add new users, update/validate user security and access, and assist users with portal access issues and troubleshooting " Liaison with JPMO content owners to obtain timely and relevant content and provide assistance with the presentation and posting of the content to an appropriate web part. " Continue to add new features, functionality, and pages to the COE portal. " Maintain the portal taxonomy. " Manage the portal security module to ensure only authorized users become authenticated members of the JPMO portal community. " Provide one-on-one and instructor led classroom style training for JPMO users and content owners on the functions of the Microsoft Sharepoint Services application. " Develop and maintain fully illustrated training manuals for local and field use. " Develop and maintain additional training materials, including frequently asked questions (FAQs), tips and tricks, and computer based training (CBTs). " Familiarity with Microsoft Frontpage 2003 and Microsoft Sharepoint Services. " Provide other portal services as required. " Liaison with the implementation vendor on technical issues that are beyond the scope of this effort and provide an estimate to the COE Administrator for fixing the problem, adding the function or whatever is required based on the situation. 2.4 Options Network Engineering Analysis: The contractor is required to provide an individual that meets a specific technical skill set. The contractor must possess significant technical experience in the development and implementation of web-based, object-oriented a pplications, and should have experience in the DoD environment. This experience should include designing, developing and implementing enterprise wide acquisition systems. In addition, the contractors technical experience should span client-server and web -based applications, C++, Java, object-oriented system design and code, Tuxedo, WebLogic, webMethods, as well as performance tuning and testing various relational database management systems such as Oracle, Sybase and Microsoft SQL Server. The contractor s hould also be an experienced technical architect with a broad understanding of new technologies in the areas of J2EE, servers and networks. Analysis of the Increment 3 Architecture and Software Products: The contractor will utilize existing documentation to assess the efficiency and performance capabilities of the Increment 3 architecture and rel ated software products. This analysis will be conducted within the JPMO operated government test facility on an available non-production version of the application, using documentation and deliverables provided by the software developer to the Government. The contractors objective is to analyze and review the Increment 3 architecture and related software products, and to identify and report sub-optimal design characteristics and non-conformance with industry and/or government standards noted in the Increm ent 3 architecture, related software products and/or code. Technical Life Cycle Documentation: The contractor will provide the required technical research and analysis to assist the JPMO technical division in the completion of such life cycle documentation as the Technical Maturity Assessment (TMA), the Technical Development Strategy (TDS) and provide technical input into the System Security Authorization Agreement (SSAA). The contractors objective is to liaison with the JPMO technical staff members currently responsible for the milestone documentation, to provi de assistance in the design and content of the documents, as well as develop content as appropriate, and to ensure these documents are acceptable to the appropriate reviewing authority. Review Increment 3 Integration Layer Schemas and WSDLs: The contractor will provide the required technical research and analysis to assist the JPMO technical division in the review of XML schemas and WSDLs that will form the basis of the Increment 3 integ ration capability. In addition, the contractor will ensure that these documents are in accordance with the OSD approved Common Adaptive Strategy (CAS). The contractors objective is to ensure that after a thorough review, each schema/WSDL provides the app ropriate information in appropriate formats to constitute an effective Open Integration API, that deficiencies are immediately noted and worked to resolution, and that issues that cannot be resolved at the working level are appropriately escalated. 4.0 Period of Performance The period of performance for this contractual action is one base year with four one year options is as follows: Base Year January 8, 2007 through January 7, 2008 with 4 one year options. Currently there are existing contracts and task orders for certain program control management and support objectives. It is anticipated that there will be some overlap of performance between these existing contracts and task orders and this contractual req uirement. 5.0 Place of Performance Work shall be performed in the Governments office space at 4114 Legato Road, Fairfax, Virginia or at the contractors location. Local travel to meetings in and around the Washington, D.C. metro area shall be necessary on an ad hoc basis. 6.0 Required Government Furnished Property, Equipment and Information Access to office space, office equipment, telecommunication resources and so forth will be provided as required. 7.0 Security Requirements Work under this contract will be unclassified. Contractor personnel visiting any Government facility in conjunction with this contract shall be subject to the Standards of Conduct applicable to Government employees. Site specific approval regarding access, issue of security badges, and so forth will be coordinated as required by the JPMO and Contractor jointly. Contractor personnel are required to meet Information Technology level I and II (IT-I and IT-II) requirements as defined in Army Regulations: AR25-2 , specifically sections 4-14 and 4-15. Contractor personnel are required to obtain and use the DOD Common Access Card (CAC) in performance of their requirements. And, the Contractor is required to safeguard information labeled as proprietary. Privacy Act requirements. All Contractor personnel assigned to this contract will have access to information that may be subject to the Privacy Act of 1974. The Contractor is required to ensure the proper safeguarding of such information to prevent unauthorized release. 8.0 Organizational Conflict of Interest The parties acknowledge that during the performance of this contract resulting from this solicitation that the Contractor may require access to certain proprietary and confidential information (whether in its original or derived form) submitted to or produ ced by the . Such information includes, but is not limited to, business practices, proposals, designs, mission or operation concepts, sketches, management policies, cost and operating expense data, technical data and trade secrets, proposed JPMO budgetary information, and acquisition planning or acquisition actions, obtained either directly or indirectly as a result of the effort performed on behalf of JPM. The Contractor shall take appropriate steps not only to safeguard such information, but also to preve nt disclosure of such information to any party other than the Government. The Contractor agrees to indoctrinate company personnel who will have access to or custody of the information concerning the nature of the confidential terms under which the received such information and shall stress that the information shall not be disclosed to any other party or to Contractor personnel who do not need to know the contents thereof for the performance of the contract. Contractor personnel shall also be informed that they shall not engage in any other action, venture or employment wherein this information will be used for any purpose by any other party. 9.0 Administrative, Proposal Requirements and Instructions The complete proposal will both a technical and price proposal. NOTE: Proposals should not exceed 75 pages. The Technical proposal should include: Part A: Executive Summary, Concept of Operations, Roles and responsibility matrices, Contract Work Breakdown Structure (CWBS) and Performance Work Statement (PWS) Part B: Quality Assurance Plan including Quality Performance Metrics, Management Information System Reporting Program, and Incentives Program Part C: Resumes for Key Personnel Part D: Quality Certifications, if applicable Part E: Subcontracting Plan Summary Information, if applicable Part F: Data Rights Package/Matrix, if applicable Part G: Past Experience/Performance Price Proposal: Contractors shall submit other than cost and pricing data supporting information in sufficient detail to enable the government to evaluate the reasonableness and realism of proposed prices. This includes providing a complete basis of es timate breakout (BOE) of the component items that make up each orderable service. The cost proposal should be sufficiently detailed to allow comprehensive understanding of cost reasonableness as well as provide a baseline for future modification/changes. 10.0 Proposal Submission The due date for receipt of proposals for this solicitation is due no later than 11:00 PM (est), December 8, 2006. All forms of proposal submission must include a signed cover sheet. Proposals can be submitted/Uploaded electronically via email to: eliza beth.cloutier@eis.army.mil (Note: Email restricts the formats of uploaded documents to those in MS Word, MS Excel, or pdf) 11.0 Due Diligence JPMO will hold meetings November 15-22, 2006. Please contact Linus Brandt, at 703-460-1245 beginning 11/9/06 to schedule a session. Each session shall not exceed 1 hour. Your schedule will be confirmed via email by close of business November 14, 2006. 12.0 Evaluation Information: In response to the government statement of objectives, the contractor shall submit a proposal that details the personnel, product, schedule, deliverables and projected costs of each task to be performed under this acquisition. like system data. The Government intends to issue an award based on the proposal offering the best value solution. The Government reserves the right to not award a contract as a result of this competition, if in the opinion of the Source Selection Officia l (SSO), none of the su bmitted proposals would provide satisfactory performance. The SSO may reasonable determine that the superior solution/approach merits a higher price, and therefore represents the best value to the Government. The SSO, using sound business judgement, will b ase the selection decision on an integrated assessment of the proposal's relative capability as measured against the below evaluation factors. Factor 1 - Technical/Management Solution/Approach. Factor 2 - Performance Measurement and Management Program (Metrics). Factor 3 - Past Experience (include references for all contracts for the last 2 years). Factor 4 - Price. Factors 1 and 2 are equal and each is significantly more important than Factor 3. While the price factor will be an important part of the integrated selection decision, the non-price evaluation factors are significantly more important tha n the price factor. However, Price will become increasingly important as proposal evaluation ratings for non-price factors approach equal. Factor 1: Evidence of the quality of the technical/management solution/approach includes: (a) a coherent, actionable and realistic concept of operations that clearly articulates the operational aspects of a performance-based partnership and explicitly describes the expected performance of the Government and contractor teams. (b) A comprehensive performance work statement and contract work breakdown structure that identifies the services to be delivered to meet the program and mission requirements set forth in the statement of objectives. (c) A sound technical proposal that clearly demonstrates how implementation of the proposed solutions will deliver timely, standard, stable, reliable, secure, flexible, responsive compliant, and cost effective services to meet the needs of the SPS JPMO an d its stakeholders. (d) A sound partnering approach to managment that demonstrates the ability to aggressively identify and apply information technology solutions to the SPS JPMO's business processes. The management approach provides: 1. Highly qualified and experienced pers onnel with a proven track record of success. 2. Transparent governance procedures that include clear lines of open and honest communication between the Contractor's team and the Government for timely problem identification, mitigation and resolution. Progr am clearly fosters a partnering environment that is based on achieving shared goals and objectives. Factor 2: Performance Measures and Metrics: the offered performance metrics will be evaluated for the extent that they: (a) are comprehensive in their ability to quantify, measure, track, and report operational performance relating to management performance as well as achievement of the JPMO objectives and business results, (b) commit to the highest level of service consistent with cost effectiveness, (c) are tied to performance incentives and disincentives that are directly related to meeting or exceeding mission critical performance metrics. 13.0 Submission of Questions Any questions regarding this solicitation must be provided in writing to the Point of Contact listed below. 14.0 Solicitation Point of Contact The Point of Contact for this solicitation is Mr. Linus Brandt and he can be reached by e-mail at linus.brandt@itec4.army.mil telephone at (703) 460.1245. 15.0 SPS Non-Disclosure Agreement is required. This will be provided separately. 16.0 Constraints: these will be provided separately 17.0 Clauses Section  List will be provided separately 18.0 Acronyms: Available upon request
 
Place of Performance
Address: SPS JPMO 4114 Legato Road Fairfax VA
Zip Code: 22033
Country: US
 
Record
SN01178314-W 20061110/061108220802 (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.