Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 29, 2015 FBO #4996
MODIFICATION

99 -- MARKET SURVEY FOR IT LOGISTICS SYSTEMS

Notice Date
7/27/2015
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN15X1028
 
Response Due
8/7/2015
 
Archive Date
9/25/2015
 
Point of Contact
Jennifer Stanley, 973-724-6812
 
E-Mail Address
ACC - New Jersey
(jennifer.stanley17.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Contracting Command - New Jersey (ACC-NJ) on behalf of the Aviation Readiness & Resource Analysis Competency - AD 6.8, at Naval Air Warfare Center Aircraft Division (NAWCAD) Patuxent River, Maryland are currently seeking sources to provide support for activities, tasks and associated effort for the following IT Logistics Systems: DECision Knowledge Programming for Logistics Analysis and Technical Evaluation (DECKPLATE), DECKPLATE Aviation Inventory Readiness Reporting System (AIRRS), DECKPLATE Technical Directive/Kit Management (TD/KIT), DECKPLATE Engine Management, DECKPLATE Joint Strike Fighter (JSF), Integrated Logistics Support Management System (ILSMS) Joint Deficiency Reporting System (JDRS), Enterprise Condition Based Maintenance Plus (eCBM+), Workload Management System (WMS) and the systems/applications included in Appendix A and other IT systems that may transition to AIR 6.8.4 portfolio. This support is associated with all aspects of Information Technology (IT) Lifecycle including IT Systems Acquisition Planning, Enterprise Architecture, Engineering, Requirements, Systems and Application development, Test and Evaluation, Data Analysis, Cyber Security/Information Assurance, Configuration and Portfolio Management, Operations and Maintenance and Training. This effort supports the mission of NAVAIR 6.8 which is to provide the resources to support teams across Logistics and Industrial Operations Group competency and other NAVAIR customers in planning, acquisition, and sustainment of Naval Aviation Integrated logistics and industrial support packages and enterprise analysis and planning. NAVAIR 6.8 delivers and sustains information systems and develops new information technology solutions required to support logistics/industrial acquisition and operations. NAVAIR 6.8 is responsible for the definition of authoritative logistics and industrial data sources, and the development and implementation of Naval Aviation product data and item identification and logistics configuration management standards, processes and policies which includes a consolidated set of Information Technology (IT) solutions that deliver full lifecycle weapon system logistics and maintenance capabilities via the Naval Aviation Support Process (NASP). The NAVAIR 6.8 deliveries the capabilities via a net centric, shared data environment that supports shore based afloat and expeditionary operations. Contractors interested in responding to this sources sought should be able to provide support to all Lifecycle systems in the following areas. A detailed description of each task requirements are included in Section 3: Scope - Specific Task Requirements of this Draft PWS. The elements are: 1.IT Systems Acquisition Life Cycle Planning a.Acquisition Life Cycle Planning b.Requirements Analysis c.Risk Management 2.Systems Engineering a.Engineering b.Gap/Data Analysis 3.IT Management 4.IT Services 5.IT Systems and Application development, deployment, Operations and Support 6.Training Planned Acquisition: The Government anticipates a Single Award Cost Plus Fixed Fee (CPFF), with Option Years. The estimated award date is Quarter 1 of (FY) 16. HOWEVER, THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION. Submission Information: All interested sources should submit their response to both Ms. Jennifer Stanley, Contract Specialist, email address: jennifer.m.stanley17.civ@mail.mil and Mr. Mark Zator, Contracting Officer, email address: mark.zator.civ@mail.mil. Submit capability statements (single spaced, font side only, Times New Roman 12 point font and maximum of 25 pages in length, demonstrating ability to perform the services listed in the attached DRAFT Performance Work Statement (PWS) entitled quote mark IT Logistics Systems Life Cycle Support Services quote mark The capability statement shall at a minimum address the following: (1)Company profile to include: company name, company address, current business size status under associated North American Industry Classification (NAICS) code (please specify as either a Large Business, Foreign-Owned Small Business, Small Business, Small Disadvantaged Business, 8(a) concern, Woman-Owned Small Business, Historically Underutilized Business Zone Concern, Veteran-Owned Small Business, or Service-Disable Small Business), points-of-contact information (including name, address, telephone number, fax number and e-mail address), number of employees, annual revenue history, office locations, Commercial and Government Entity (CAGE) code, Data Universal Numbering System (DUNS) number, and a statement regarding ISO certification (and whether or not it is certified to, compliant with, or exceeds ISO 9001:2000 or 2008). (2)Prior/current Department of Defense (DoD) corporate experience performing efforts of similar size and scope within the last three (3) years, including contract number, organization supported, indication of whether as a prime or subcontract, contract value, Government point of contact and a brief description of the specific task areas in the referenced contract as it relates to the services described in the draft PWS attached. (3)Describe experience and capabilities in regards to your company's ability to manage DoD tasks of this nature and size. In your response please provide details of your management plan for ensuring the work will be staffed with qualified personnel with the ability to start work by Quarter 1 FY16. The staffing plan should address current hires available for assignment, possible subcontracting teams arrangements and strategy (contingency hires) for recruiting and retaining qualified personnel. In addition, the attached Personnel Availability table shall be completed to demonstrate the ability to staff this effort. All information within this table shall be completed for each available candidate and in the format provided. A minimum of three candidates should be presented for each major PWS task area(s). The applicable NAICS code is 541511 and the applicable Product Service Code (PSC) is D399. Submittal of this information is requested via electronic mail only, no later than 7 August 2015, 4:00PM Eastern Standard Time. *Responders should note that this market survey is for informational and planning purposes only, and does not constitute as a pre-solicitation notice or Request for Proposal (RFP). THIS IS NOT A SOLICITATION NAD DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION. Please be advised that the Government WILL NOT PAY for any information submitted as a result of the announcement. If a formal solicitation is generated at a later date, a pre-solicitation notice will be published.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0189896f3056e629c467166f4d6c2ce0)
 
Place of Performance
Address: ACC - New Jersey Center for Contracting and Commerce, Building 10 Phipps RD Picatinny Arsenal NJ
Zip Code: 07806-5000
 
Record
SN03812252-W 20150729/150727235903-0189896f3056e629c467166f4d6c2ce0 (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.