SOURCES SOUGHT
D -- STAMIS PDSS support
- Notice Date
- 7/5/2012
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
- ZIP Code
- 21005-1846
- Solicitation Number
- W15P7T-12-R-STAMIS
- Response Due
- 7/19/2012
- Archive Date
- 9/17/2012
- Point of Contact
- Kelly Doolittle, 443-861-8029
- E-Mail Address
-
ACC-APG - Aberdeen Division B
(kelly.l.doolittle.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The purpose of this Sources Sought is to obtain potential small business sources that can provide functional and technical capabilities needed in support of the Software Development Center Tactical Logistics Division's- Fort Lee(SEC TLD- LEE) Standard Army Management Information Systems (STAMIS) Post Deployment Support Systems (PDSS). The STAMIS PDSS provides a full suite of functional and technical capabilities necessary to execute the following actions in support of fielding/sustainment of SEC TLD-LEE and outside customers managed product lines to include requirements determination, configuration management, software programming, software coding, testing, security, training, documentation, fielding support and customer assistance of assigned systems throughout their program lifecycle for SEC TLD-LEE. Contractor shall provide support for the following systems but are not limited to: oStandard Army Ammunition System-Modernization (SAAS-MOD) oStandard Army Ammunition System- Modernization, Worldwide Ammunition Reporting System New Technology (SAAS-MOD),WARS-NT oStandard Army Maintenance System Level-Installation Table of Distribution and Allowances (SAMS-I TDA) oStandard Army Maintenance System Level-1 Rehost (SAMS-1 Rehost) oStandard Army Maintenance System-Enhanced (SAMS-E) oStandard Army Retail Level System-1 (SARSS-1) oStandard Army Retail Level System-2AC/2B (SARSS-2AC/2B) oStandard Army Retail Level System-Gateway (SARSS-GW) oStandard Army Retail Level System-Radio Frequency Identification (SARSS-RFID) oUnit Level Logistics System-Air-Enhanced (ULLS-A (E)) oUnit Level Logistics System-Ground (ULLS-G) All work shall be completed at Government Furnished Facility located at 401 1ST Street, Fort Lee, VA 23836-1320, and any location to be established in the future for support of SEC- Lee. Travel to both CONUS and OCONUS sites may be required. All contractors will be required to be in compliance with DFARS 252.239-7001, Information Assurance Contractor Training and Certification. Contractors shall ensure that personnel accessing information systems have the proper and current information assurance certification to perform any information assurance or privileged access functions in accordance with DoD 8570.01-M, Information Assurance Workforce Improvement Program before they access or are granted access to any Army or DoD information technology resource, mission application, or computing system. All Contractor personnel shall complete annual information assurance awareness training and security training and maintain a record of that training in the Total Employee Development (TED) system and Army Training and Certification Tracking System (ATCTS). All contractors will be required to ensure that all of their personnel working this task order complete all ongoing and mandated traditional security, file management, information assurance training to include computing environment training and certification and operational security training. Small business vendors that are interested in possibly providing these services are asked to submit the following information: 1.)Company name 2.)Company Address 3.)CAGE Code 4.)Company POC name 5.)Company POC Phone 6.)Company POC email 7.)Company website 8.)Business type: SB/SDB/8a/WOSB/HUBZONE/VOSB/SDVOSB/HBCU/MI 9.)List of existing Government Contract Vehicles The purpose of this Sources Sought notice is to assist the Government to determine an acquisition strategy. The North American Industry Classification System (NAICS) Code for this requirement is 541990. Please identify your company's small business size standard based on the applicable NAICS code of 541990 -- All other Professional, Scientific, and Technical Services. The Small Business Size Standard for this NAICS code is $14 Million dollars. For more information refer to http://www.sba.gov/content/table-small-business-size-standards. If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work required in house in accordance with (IAW) FAR 52.219-14? If you are a small business can you go without a payment for 90 days? Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy the requirements described in the attached Description of Requirements document. Offerors are encouraged to identify teams, indicating each team member's size status based upon the North American Industrial Classification System (NAICS) code of the work that the team member may be doing. Is your company currently providing similar services to another government agency (you may also include contract #s for government) or other non-government customer? If so, please identify the agency or non-government customer. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially Does your company have a DCAA approved accounting system? Please address the following three questions in your response: 1. The mission of SEC TLD-LEE is to direct the acquisition management, development, implementation, deployment, training, and sustainment of assigned systems throughout their program life cycle. The SEC TLD-LEE objective is to enable the full potential of soldiers to effectively Arm, Fuel, Fix, Move & Sustain the Force throughout the Army Transformation. In a PDSS environment, how would you support the SEC TLD-LEE objective? 2. SEC TLD-LEE responds to user questions and provides "how to" technical responses on how to use SEC-LEE STAMISs and STAMIS related activities. What qualifications are in your personnel inventory to support our customer assistance program given the level of effort and the age of SEC TLD-LEE STAMISs? 3. SEC TLD-Lee has attained Maturity Level II in the Software Engineering Institute's (SEI) Capability Maturity Model Integration (CMMI) with work in process areas; Requirements Management, Configuration Management, Process and Product Quality Assurance, Project Planning, Supplier Agreement Management, Measurements and Analysis, Project Management and Control. Given SEC TLD-LEE's Maturity Model, how would you perform the full range of activities to provide sustainment support including: requirements analysis, software development, testing, security, training, documentation, fielding support and customer assistance services in an effort to reach Maturity Level III? Questions and or concerns regarding this synopsis shall be directed to Mrs. Kelly Doolittle via email at Kelly.L.Doolittle.civ@mail.mil. Any questions must be presented to the POC via e-mail no later than 12 July 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d82e8c178f2de23321c66d2546b5a0c8)
- Place of Performance
- Address: SOFTWARE ENGINEERING CENTER, TACTICAL LOGISTICS DIRECTORATE (SEC TLD) 401 1ST STREET FORT LEE VA
- Zip Code: 23836
- Zip Code: 23836
- Record
- SN02794606-W 20120707/120705234936-d82e8c178f2de23321c66d2546b5a0c8 (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 |