MODIFICATION
D -- Personnel Modernization ID/IQ Draft RFP
- Notice Date
- 12/20/2012
- Notice Type
- Modification/Amendment
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- 4301 Pacific Highway Bldg OT4 Code 02, San Diego CA 92110-3127
- ZIP Code
- 92110-3127
- Solicitation Number
- N00039-13-R-0002
- Response Due
- 2/14/2013
- Archive Date
- 3/16/2013
- Point of Contact
- Point of Contact - Patrick Wheeler, Contract Specialist, 703-604-5551; Mark E St. Moritz, Contracting Officer, 407-380-8544
- E-Mail Address
-
Contract Specialist
(patrick.f.wheeler@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Revised Draft RFP and Attachments 6 and 10. ************************************* The Space and Naval Warfare Systems Command (SPAWAR), in support of the Sea Warrior Program Office (PMW 240) seeks industry feedback on the attached DRAFT Request for Proposal (RFP) to procure Personnel Modernization efforts under an Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract with two Sample Tasks for NSIPS Development/Modernization (Dev/Mod) and Sustainment. The Government intends to issue a solicitation to support, in part, upgrades and modernization of the Integrated Personnel and Pay System of the Navy (IPPS-N)..A Single Award, Indefinite Delivery, Indefinite Quantity (IDIQ) contract with Cost-Plus-Fixed-Fee (CPFF), Cost-Plus-Incentive-Fee (CPIF), Fixed Price Incentive Fee (FPIF), Firm-Fixed Price (FFP) and Cost-Reimbursement (CR) Contract Line Items Numbers (CLINs). The prospective contract will have a sixty (60) month ordering period. The estimated value of this ID/IQ vehicle is $96 million. The estimated MINIMUM quantity for orders under the ID/IQ is expected to be $2500. It is anticipated that the initial order to be issued concurrently with award of the ID/IQ will be for a FFP Post Award Conference. The purpose of this announcement is to solicit feedback on the DRAFT RFP Package. You are requested to provide feedback or questions in writing by email to mark.e.stmoritz@navy.mil, on any aspect of the RFP no later than 1700 hours, EST, 07 December 2012. Verbal questions will NOT be accepted. The Government's answers to Industry's questions will be posted to the SPAWAR E-Commerce Central website. Accordingly, questions shall NOT contain proprietary or classified information. Feedback on the DRAFT RFP package will be reviewed by Government personnel and the following support Contractors who have an OCI/NDA in place: DMA, Deloitte, Tri-Star, and A. Harold Associates. THIS IS A DRAFT REQUEST FOR PROPOSAL (RFP) ONLY to enable the Government to further improve on the final RFP package. It does not constitute a formal Request for Proposal (RFP) or a promise to issue an RFP in the future. This DRAFT RFP does not commit the Government to contract for any supply or service whatsoever. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this announcement. All costs associated with responding to this DRAFT RFP will be solely at the interested party's expense. Not responding to this does not preclude participation in any future RFP. This notice is to specifically request comments and recommendations, not offers, and that responses will not be considered offers and cannot be accepted by the Government to form a binding contract Prospective Offerors/Contractors shall not perform any work or incur any costs without benefit of a formal contractual agreement. NO SOLICITATION EXISTS AT THIS TIME. It is currently anticipated that the formal solicitation would be released in early January 2013. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website and the SPAWAR E-Commerce Central website at https://e-commerce.sscno.nmci.navy.mil. It is the responsibility of the potential Offerors to monitor these sites for additional information pertaining to this requirement. Furthermore, the draft documents released in this announcement are subject to change and are not binding on the Government. The Government has not made a commitment to procure any of the items discussed, and release of this draft RFP should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. Additional Technical Information and Documents are listed below, and can be obtained by submitting an email request to the PCO, Mark St. Moritz, at mark.e.stmoritz@navy.mil, with a copy to the following: Cheryl Hall cheryl.hall.ctr@navy.mil, and Ruth Hinton ruth.hinton.ctr@navy.mil. (1) DRAFT Retirement Functional Requirements Document (FRD) (2) DRAFT System Subsystem Specification (SSS) for NSIPS (3) DRAFT DCBS Interface Control Document (ICD) (4) DRAFT OPINS ICD (5).DRAFT CeTARS ICD (6) DRAFT RHS Combined ICD The applicable PMW 240 Policy and Procedure Information, listed below, can also be obtained using the procedures described above. (1) Sea Warrior Program Office Technical Event Process (TEP) Guidebook, (May.2012) (2) Sea Warrior Program Office Risk Management Plan, (June 2012) (3) Sea Warrior Program Office Configuration Management Plan, (Dec 15, 2010) (4) Sea Warrior Program Office Project Plan User Guide, (Apr 22 2010) (5) SSC NOLA Service Oriented Architecture (SOA) Technical Reference Model
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARHQ/N00039-13-R-0002/listing.html)
- Record
- SN02953485-W 20121222/121220235239-e7f955e2d71f34922c680bdf69c7f793 (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 |