SOURCES SOUGHT
D -- Army Automated Secure Travel System
- Notice Date
- 7/29/2016
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W904TE) TAO, 1671 NELSON ST, Fort Detrick, Maryland, 21702-5044, United States
- ZIP Code
- 21702-5044
- Solicitation Number
- W904TE-16-R-TRAVEL
- Archive Date
- 8/30/2016
- Point of Contact
- Janine A. kerns, Phone: 3016191724
- E-Mail Address
-
janine.a.kerns.civ@mail.mil
(janine.a.kerns.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought announcement only, this is NOT a Request for Proposal (RFP). This Request for Information (RFI) is for planning purposes only and SHALL NOT be considered as RFP, or as an obligation on the part of the Government to acquire any products or services. No formal solicitation document exists at this time. Technology Applications Office (TAO) is currently seeking approved participants capable of providing the necessary technical expertise to provide technical services to replace an Army Automated Secure Travel System for the routing and approval of authorizations, submission, audit, and payment of settlement vouchers and reconciliation of travel authorizations based upon disbursement. The architecture includes two (2) production servers and two (2) development servers. TAO is issuing this notice as a means of conducting market research to identify parties having an interest in and the resources to support the effort. The results of the market research will contribute to solidifying the acquisition strategy and determining the method of procurement. All personnel performing work on this acquisition will require a minimum of Secret Clearance, but a Top Secret/Sensitive Compartmented Information (TS/SCI) clearance is preferred. Personnel shall have a detailed (minimum 5 years experience) understanding of software development in a classified network environment. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541511, Custom Computer Programming Services and 541512, Computer Systems Design Services. Location and Work Environment: The place of duty for this effort is primarily in Fort Bragg, North Carolina. All classified work will take place in a secure environment within a secure facility. The systems that the personnel will be working on are Government Furnished Equipment (GFE) and Commercial Off-the-Shelf (COTS) systems. Scope: The contractor shall provide detailed services for the following task areas, many of which will have deliverables: •Task Area 1 - Commercial Off-The-Shelf Software (COTS), Non-Developmental Item (NDI) •Task Area 2 - Training Plan •Task Area 3 - Documentation •Task Area 4 - Testing Plane •Task Area 5 - Deployment •Task Area 6 - Software Development Life Cycle (SDLC) •Task Area 7 - Support Plan •Task Area 8 - Implementation Plan •Task Area 9 - Data Migration In addition to understanding and having performed in all areas of the above listed tasks the individuals must be adept at accessing current and making suggestions for improvement of the existing systems in place. Constraints: The following are some of the constraints associated that impact the performance of the services required for this effort: ● Secret Clearance Required ● AntiTerrorism Level I training will be required ● iWATCH training will be required ● AR 530-1, Operational Security (OPSEC) training will be required ● AR 25-2, DOD 8570.01, DOD 8570.01-M Information Assurance/Information Technology (IA/IT) training will be required ● Army Training Certification Tracking System (ATCTS) account required ● FAR 52.204-2, DOD 5220.22-M, and DD Form 441. Comply with all Security Requirements for Handling and Access to Classified Information Sources Sought Response: Interested business concerns that consider themselves qualified to this level of services described in this document are invited to submit a Capabilities Statement. The Capabilities Statement should include the following: a) Organization name and address, e-mail address, point of contact, business size, telephone number, and CAGE code; b) Tailored Capability Statement addressing: (LIMITED TO 5 PAGES) 1.Interest to perform the required services; 2.Appropriate documentation supporting organizational and staff capability to execute the requirements as stated. Statements shall demonstrate an ability to perform contracts/task orders of similar size, scope, and complexity; and the ability to hire and retain cleared personnel with the required skills and experiences; Capability statement must state whether contractor is able to provide support personnel with Secret clearance and 5 years each experience. 3.Appropriate documentation if significant subcontracting or teaming is anticipated in order to deliver management structure of such arrangements. The Government plans to evaluate the provided information to ascertain the potential market capacity to: •Provide services consistent in scope and scale with those described in this notice and as otherwise anticipated; •Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; •Demonstrate experience in maintaining a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation of a similar complexity. •Provide personnel with Secret security clearances. •Possess a Defense Security Service Security Clearance at the Secret Level. •Provide experienced personnel required for performance of this effort. This notice shall NOT be construed as a request for proposal or any obligation on the part of the U.S. Government. No award will be made from this announcement. Mail and telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. All Capabilities Statements are to be submitted as an electronic response, in Microsoft Office format and/or Portable Document Format (PDF) to this Sources Sought Notice NLT 1400 hours on xx May 2016. All responses submitted shall be unclassified. Only emailed capability responses will be considered. All responses under this Sources Sought Notice MUST be e-mailed to: Primary Point of Contact: Janine.a.kerns.civ@mail.mil, PEO-EIS Technology Applications Office 1671 Nelson St. Ft Detrick, MD 21702
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c46034bfdd0eba4eb4ca8bf27a6bf458)
- Place of Performance
- Address: Fort Bragg, North Carolina, 28310, United States
- Zip Code: 28310
- Zip Code: 28310
- Record
- SN04201905-W 20160731/160729234812-c46034bfdd0eba4eb4ca8bf27a6bf458 (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 |