MODIFICATION
D -- PTC WINDCHILL SOFTWARE SUPPORT
- Notice Date
- 9/25/2015
- Notice Type
- Modification/Amendment
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - Warren (ACC-WRN)(DTA), 6501 EAST 11 MILE ROAD, Warren, Michigan, 48397-5000, United States
- ZIP Code
- 48397-5000
- Solicitation Number
- W56HZV-15-R-0205
- Point of Contact
- Stephanie R. York, Phone: (586) 282-6648, Stephanie Dickinson, Phone: 586-282-8998
- E-Mail Address
-
stephanie.r.york.civ@mail.mil, stephanie.r.dickinson4.civ@mail.mil
(stephanie.r.york.civ@mail.mil, stephanie.r.dickinson4.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The purpose of this market research is to determine if any responsible sources have the capability to provide supporting technical and business services with respect to PTC Windchill software, product data management tools and 3D engineering tools, for US Army Tank Automotive Research, Development, and Engineering Center (TARDEC). These services support an enterprise Product Data Management (ePDM) solution; a single enterprise engineering product data management system to support efficient lifecycle business processes for all stakeholders in a collaborative manner. The purpose of this market research is to determine the availability of sources capable of providing the required technical and business services support. NAICS CODE: 541511 FEDERAL SUPPLY CODE: D399 When services are required: 21 Jun 16 - 20 Jun 17 (Base period) 21 Jun 17 - 20 Jun 18 (Option 1) 21 Jun 18 - 20 Jun 19 (Option 2) 21 Jun 19 - 20 Jun 20 (Option 3) 21 Jun 20 - 20 Jun 21 (Option 4) Place of performance: Contractor's facility, Detroit Arsenal, Warren, MI, Aberdeen Proving Grounds, Aberdeen, MD; other Government locations may be added in individual task orders Government Furnished Property (GFP): Office space provided at Government sites where performance is required. Base Support: Workstations, desktop computers, and phones will be provided at Government sites where performance is required. Work Classification: Unclassified. Government Furnished Information (GFI): No GFI is included in this Sources Sought Synopsis. Note: This Sources Sought Synopsis (SSS) is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this SSS will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. The Government does not intend to award a contract on the basis of this SSS. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Army in developing its acquisition strategy. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. 2.0. BACKGROUND TARDEC Web Enabled Services Group currently has a successful ePDM system involving Commercial Off the Shelf (COTS) Windchill 10.2 that supports TARDEC and numerous external stakeholders with an engineering-centric solution providing configuration management capabilities to include: product design management, engineering change management, product requirements management, product support management and secondary part procurement. Due to changing/expanding stakeholder requirements, the ePDM system applications and functionality requirements are ever evolving, and will need to accommodate current and future users. TARDEC anticipates the number of supported stakeholders to increase from approximately 4,000 to upwards of 25,000 in the next 3-5 years. 3.0. SCOPE/REQUIREMENTS/CAPABILITIES US Army Tank Automotive Research, Development, and Engineering Center (TARDEC) is conducting market research to identify qualified businesses to provide Program Management, Technical management, Requirements Management, Process Analysis, Process Design, System Design, System Development, Verification and Validation, Data Migration, Infrastructure Design, Operational Support, Communications Development, and Training utilizing Windchill 10.2 as the basis for TARDEC's ePDM system. Parties interested in responding to this SSS are asked to provide the following information and/or documentation to demonstrate technical capability in the three (3) critical areas below. Also, indicate whether your company has performed as the prime or as a subcontractor. 1. (CRITICAL) Complete understanding of Windchill 10.2 and authority to modify the proprietary source code it contains. 2. (CRITICAL) Comparable, recent experience performing software maintenance on applications which operate within the Army or DoD computing environment using: • Ability to provide guidance/training of Windchill • Client/Server and Web Development • Sustainment of Windchill, and Development or Tailoring of Windchill configurations or installations, and development of pages or features that interact with Windchill, • Requirements Analysis • Configuration Control • Software Analysis and Evaluation • Design, Development, Test, and Deploy Processes • Continuity of Operations - Data Backup (CODB) • Understanding the Defense Information Systems Agency (DISA) Environments • Infrastructure/Technology upgrades • PowerBuilder and EAServer • Java, JSP, PL/SQL, HTML, JavaScript, XML. Ant • Oracle Database • Multiple Software Baseline Management 3. (CRITICAL) Comparable, recent experience working with Army or other DoD enterprise Product Data Management (ePDM) systems. 4.0. CLEARANCES Contractor personnel shall be required to have the appropriate level of investigation and/or security clearance for the site at which they are located during the performance of duties in support of this order. At a minimum, all Contractor personnel are to have a completed favorable National Agency Check Inquiry (NACI)/Entrance National Agency Check. Contractor personnel shall be required to submit a request for a user ID when access is required to a Government computer or network, to include the submission of proof to the PMO Security Manager that a favorable National Agency Security Check has been completed. The Contractor personnel shall be required to obtain Common Access Cards (CAC) for the purpose of encryption and physical and digital identification for access to systems. The Contractor shall not involve any foreign national in work performed under this requirement. 5.0. ORGANIZATIONAL CONFLICT OF INTEREST Non-Government personnel/advisors will not be used to review any submissions in response to this SSS. Organizational Conflict of Interest (OCI) as defined and discussed in FAR 9.5, Organizational and Consultant Conflicts of Interest, is a concern in all acquisitions across the Department of Defense. Early involvement with our industry partners is a key element of the OCI process, and it is critical for the Government to be able to identify any potential OCI issues as early as possible for a planned acquisition. This would allow ample time to address and evaluate any potential OCI issues, if required, prior to contract award with minimal impact to critical acquisition schedules. Interested vendors are requested to (i) evaluate your potential OCI issues with regard to this requirement for all systems identified, and (ii) identify any OCI issues, as stated in FAR 9.5 as part of your response to this SSS. This will assist the Government in determining if the source will need to submit an OCI Mitigation Plan for any solicitation that might result from this notice. 6.0. INFORMATION REQUESTED Interested parties should submit a capability package, with a cover letter, that is brief and concise, yet clearly demonstrates ability to meet the stated requirements with sufficiently qualified personnel. Provide qualification information (type and duration of experience relevant to the requirements) and the level of involvement (prime or subcontractor) and the time periods for work on similar projects. The capabilities package should clearly present evidence that the interested party is fully capable of providing the required services and as such may contain any information that the interested party feels is relevant. 7.0. INSTRUCTIONS FOR RESPONSE: Responses shall indicate the businesses' interest and qualification information. Responses are due not later than 1200 (Noon), 30 calendar days after this notice has been posted. Send responses electronically to Kenneth Cifuentes via email at Kenneth.d.cifuentes.civ@mail.mil. Please format the subject line of the response email as follows; "[Organization Name] response to RFI - TARDEC ACE Windchill 10.2 Services." Prospective business responses should be in the form of a Capability Statement. The Government recognizes that proprietary data may be submitted as part of this effort. If so, please clearly mark any restricted or proprietary data contained in your Capability Statement or package. The Capability Statement should include the following characteristics: Responses are limited to no more than 10 pages not including cover page, describing the items listed above, and should be formatted as follows: • Page size shall be 8.5 x 11 inches; foldouts are permitted but will be assessed towards total page count. • Pages shall be single-spaced. The font shall be Arial and the font size shall be no less than 12 point. Use at least a 1-inch margin on the top and bottom and ¾ inch side margins. • Capability statements need to address fully the critical areas identified above. • Responses shall also include information regarding the following: 1) The level of contractor's interest (likelihood of submitting a proposal as a prime contractor). 2) Approach to addressing Windchill licensing. 3) Address potential teaming arrangements or planned subcontracting relationships if likely to submit a proposal. 4) If a teaming arrangement is considered, describe tasks the prime would perform versus tasks the subcontractor(s) or team member(s) would perform. 7.1. Prospective Business Identification. The following information should be provided: a) Company Name b) Address c) Telephone Number (Of POC) d) Fax Number e) Email Address (Of POC) f) Company Size: Number of employees and annual revenue g) Identify if the vendor is a Large business, in the HUBZone Program, a Veteran-owned Small Business, a Service-disabled Veteran-owned Small Business (SDVOSB), a Small Disadvantaged Business (SDB), a Women-owned Small Business (WOSB), a Small Business, or participates in the 8(a) Business Development Program (based upon North American Industry Classification System (NAICS) code of 541511). Some pertinent definitions are given below, in the Note following paragraph l). h) Identify any Federal contracts or vehicles that your company has been awarded. i) Data Universal Numbering System (DUNS) Number, Cage Code, and or Tax Identification Number (TIN) j) Indication whether your company is already registered in System for Award Management (SAM) k) Many companies have acquired, been acquired by, or otherwise merged with other companies, and/or reorganized their divisions, business groups, subsidiary companies, etc. If this applies to your company, please include a "roadmap" describing all changes in the organization of your company. A pamphlet or other commercial document describing such reorganizations may suffice and, if used, will not count towards the page limit identified in section 7.0 above. l) The identification of any teaming and/or subcontracting arrangements required to meet the stated requirements. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming should be provided. Should a teaming and/or subcontracting arrangement be identified in your response, your response should clearly state the anticipated role(s) under any potential/anticipated teaming/subcontracting arrangement. Note: the term "small business concern" means a concern, including its affiliates, which is independently owned and operated, not dominant in the field of operation in which it is responding for purposes of this SSS, and qualified as a small business under the criteria and size standards in 13 CFR part 121. A small business concern for the purposes of this SSS is generally defined as a business, including its affiliates, averaging no more than $27.5 million dollars in annual receipts. "Annual receipts" of a concern that has been in business for 3 or more complete fiscal years means the annual average gross revenue of the concern for the last 3 fiscal years. "Annual receipts" of a concern that has been in business for less than 3 complete fiscal years means its total receipts for the period it has been in business, divided by the number of weeks including fractions of a week that it has been in business, with the result then multiplied by 52. Parties responding to this SSS are cautioned, however, that this is a general description only. Additional standards and conditions may apply. Please refer to Federal Acquisition Regulation (FAR) 19 for additional detailed information on Small Business Size Standards. Please note that all prospective contractors must be registered in the System for Award Management (SAM) database, formerly the Central Contractor Registration (CCR), to be awarded a Department of Defense contract. To learn more about this SAM requirement and how to register, please visit the SAM internet website at http://www.sam.gov/ or call 1-866-606-8220. INSTRUCTIONS FOR SUBMITTING RESPONSES TO THIS SSS APPEAR IN PARAGRAPH 7.0 ABOVE.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/127c024389f6dd54c256a28ae4c5c94c)
- Record
- SN03904655-W 20150927/150925235902-127c024389f6dd54c256a28ae4c5c94c (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 |