SOLICITATION NOTICE
D -- Army Contract Writing System (ACWS)
- Notice Date
- 1/14/2016
- Notice Type
- Presolicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
- ZIP Code
- 61299-8000
- Solicitation Number
- W52P1J-16-R-0058
- Point of Contact
- John Hemmen, Phone: 3097823625, Jonathan Anderson, Phone: 3097821120
- E-Mail Address
-
john.p.hemmen.civ@mail.mil, jonathan.j.anderson16.civ@mail.mil
(john.p.hemmen.civ@mail.mil, jonathan.j.anderson16.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The Army Contracting Command - Rock Island (ACC-RI) at the Rock Island Arsenal, IL has a requirement for a single, next-generation, enterprise-wide contract writing, management, execution, and close-out software system. The Army Contract Writing System (ACWS) will facilitate the standardization of Army Procurement business processes and improve data exchange and business process workflow with selected Army Enterprise Resource Planning (ERP) systems. As a financial feeder system, ACWS will meet the compliance requirements of the Federal Financial Management Improvement Act (FFMIA) of 1996. ACC-RI, intends to award a single award, Firm Fixed Price (FFP) Indefinite delivery, indefinite quantity base contract with a five (5) year ordering period with a five (5) year ordering period option. The contract will consist of Cost Plus Fixed Fee (CPFF) and Firm Fixed Price (FFP) contract line items (CLINs) at the initial award. The initial award (guaranteed minimum) will be for Task Order (TO) 0001 (Risk Reduction). Following Risk Reduction, TOs will only be awarded upon the successful progress of work and meeting the appropriate MS decision criteria. In addition, the follow on TOs will contain Cost Reimbursable and FFP CLINs. The competition will be conducted as a formal source selection under Federal Acquisition (FAR) Part 15 - Contracting by Negotiation, Best Value Continuum, with a Tradeoff Process. The solicitation will be released to industry on/or about 29 January 2016. The primary location for physical performance will be in the National Capitol Region, Washington D.C. At this time we ask that written comments or questions regarding this notice are not sent until the release of the solicitation. For pressing matters please email to Mr. Jonathan Anderson at jonathan.j.anderson16.civ@mail.mil and Mr. John Hemmen john.p.hemmen.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e42ff209a7f0ba4fcc55c7f59b583715)
- Place of Performance
- Address: National Capitol Region, Washington D.C., United States
- Record
- SN03992770-W 20160116/160115083814-e42ff209a7f0ba4fcc55c7f59b583715 (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 |