Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2008 FBO #2452
SOURCES SOUGHT

R -- C4ISR and Business IT Software Support

Notice Date
8/11/2008
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Space and Naval Warfare Systems Command, SPAWAR Systems Center Charleston, P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Charleston_MKTSVY_6143A
 
Response Due
8/26/2008
 
Archive Date
9/10/2008
 
Point of Contact
Point of Contact - Angela Carter, Contract Specialist, 843-218-5932<br />
 
Small Business Set-Aside
N/A
 
Description
As a result of time delays, this newMarket Survey is issued. SPAWARSYSCEN Charleston has a requirement for information technology support services to provide expert level research, evaluation, design, development, systems integration, information assurance, testing, technical writing, implementation, curriculum development, classroom training, help desk support, and life cycle maintenance of computer software systems developed and managed by SPAWARSYSCEN Norfolk. This acquisition requires specific functional and technical expertise in supporting the full range of DoN and DoD Business IT systems, including but not limited to systems such as: NTCSS (RSUPPLY, OMMS NG, OIMA, RADM), OOMA, SAMS, TMIP, MicroSNAP, FSM/NFMIS, ROM II, DTS, and NIAPS. This acquisition also requires expertise in supporting DoN and DoD enterprise initiatives, such as Enterprise Resource Planning (ERP), Integrated Learning Environment (ILE), Knowledge Management Systems, Acquisition Program and Project Management, Common Operating Picture (COP) solutions, Information Assurance management and certification. Software architectural design and documentation shall comply with all requirements of the Department of Defense Architectural Framework (DoDAF), and comply with DoN/DoD initiatives, such as FORCEnet, SEAWARRIOR, CANES, and the Global Information Grid (GIG). Systems will range from client-server applications, employing interactive and batch processes, to customized web-based solutions, operating in a distributed or standalone environment. Contractor shall have demonstrated experience and past performance in software development using a software engineering methodology assessed at SEI Capability Maturity Model- Integrated (CMMI) Level 3 or higher in accordance with DoN Software Process Improvement Initiative (SPII) policy (ASN Memo of 17 Nov 2005). The contractor shall have expertise in program management including an integrated performance management system capable of providing Earned Value Management (EVM) pursuant to the guidelines in ANSI/EIA-748A and OSD Memo of 07 Mar 2005. The contractor will be required to provide documentation supporting CMMI Level 3 certification. A contractor facility will be required within the Tidewater Virginia area. This is a new requirement and includes some efforts currently being performed under contracts N00140-03-C-0040 and N00140-02-C-N775 (CACI International, Chesapeake, VA), which provides information technology support services. Results from this survey will be used to assess the final Acquisition Strategy. It is anticipated that a solicitation will be issued for a cost-plus-fixed-fee, Level of Effort type contract with a base period and four twelve-month option periods. A draft statement of work is posted to SPAWARSYSCEN Charlestons e- commerce website; reference future business opportunity under Solicitation No. N65236-07-R-0014. The estimated contract value for this procurement is $250 million. The following is a list of anticipated tasks. The percentages listed next to the individual tasks are the estimated amount of effort that may be required on any potential contract. You are requested to provide the percentage of work your company can perform against each statement of work effort listed for evaluation. Do not include any documentation or percentages for any company other than your own. This is an analysis of your companys abilities and what it can or cannot perform. The contractor may be tasked to accomplish the work as specified in the Statement of Work and as maybe clarified through the issuance of Technical Direction Letters. The effort listed below shall be performed either singly or in combination. The following table reflects the governments best estimate as to the future work requirements: Statement of Work Effort Statement of Work Paragraph (See SOW for breakdown of efforts) Estimated Percentage of Effort Program Management Support SOW Para 3.2 12% Technical Approach SOW Para 3.3 30% Configuration Management SOW Para 3.4 3% Systems & Software Implementations SOW Para 3.5 32% Customer Support/Help Desk SOW Para 3.6 20% Site Assist Visits SOW Para 3.7 3% Firms are invited to submit the appropriate documentation, literature, brochures, and references necessary to support that they possess the required capabilities necessary to meet or exceed the stated requirements. There is a page limit of five (5) on data submitted. Responses shall be submitted to SPAWARSYSCEN Charleston, Code 2.2.2AC, via e-mail to angela.e.carter@navy.mil. Responses must include the following: (1) name and address of firm; (2) size of business, including; average annual revenue for the past three years and number of employees; (3) ownership, including whether: Large, Small, Small Disadvantaged, 8 (a), Women-Owned, HUBZone, and/or Veteran-Owned Business; (4) number or years in business; (5) two points of contact, including: name, title, phone, fax, and e-mail address; (6) DUNS Number (if available); (7) affiliate information, including parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (8) the percentage of work your company can perform with respect to the stated requirements (Do not include any documentation or percentages for any company other than your own. This is an analysis of your companys abilities and what it can or cannot perform); (9) a list of customers for relevant work performed in the past five (5) years, including a summary of work performed, contract numbers, contract type, dollar value for each contract referenced, how this work demonstrates capability to perform percentages stated in number eight, and a customer point of contact with phone number (this information is required to verify offerors performance; the government may contact any reference for further validation.); (10) statement that the contractor has or does not have an approved accounting system as defined in the Federal Acquisition Regulation (FAR); (11) documentation supporting CMMI Level 3 certification or where the company is in the process and when certification is anticipated to be achieved. NOTE REGARDING SYNOPSIS: This synopsis is for information and planning purposes ONLY and is not to be construed as a commitment by the Government. This is NOT a solicitation announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement, or any follow-up information requests. Respondents will not be notified of the results of this evaluation. The Government reserves the right to consider a set-aside for one of the small business preference groups. (i.e., 8(a), SDB, SDVO, etc.). The applicable NAICS code is 541330 with a size standard of $25 million. The Closing Date for responses is 26 August 2008. Please reference No. 07R0014 when responding to this Market Survey.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6f6b54b13976cd5be3566f47f7b3d6a4&tab=core&_cview=1)
 
Record
SN01636398-W 20080813/080811223205-6f6b54b13976cd5be3566f47f7b3d6a4 (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.