MODIFICATION
A -- The U.S. Army Accessions Information Environment (AIE) - Solicitation 1
- Notice Date
- 8/6/2018
- Notice Type
- Modification/Amendment
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-18-Z-02FA
- Response Due
- 8/27/2018 3:00:00 PM
- Point of Contact
- Michael S. Klein, Phone: 9737244262, Chante M. Fredrick, Phone: 6095627028
- E-Mail Address
-
michael.s.klein15.civ@mail.mil, chante.m.fredrick.civ@mail.mil
(michael.s.klein15.civ@mail.mil, chante.m.fredrick.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- AIE Instructions and Evaluation Criteria Attachment 07 - AIE Statement of Work Attachment 06 - AIE Data Usage Agreement Attachment 05 - AIE Capability Framework Attachment 04 - AIE Offeor Questionnaire Attachment 03 - AIE SID Attachment 02 - AIE CONOPS Attachment 01 - AIE RTM PROTOTYPE PROJECT OPPORTUNITY NOTICE Title: Army Accessions Information Environment (AIE) The US Army Contracting Command-New Jersey (ACC-NJ) on behalf of the Program Executive Office Enterprise Information Systems (PEO EIS) seeks to enter into a Prototype Other Transaction Agreement (OTA) under the authority of 10 USC 2371b, in support of the U.S. Army Training and Doctrine Command (TRADOC) requirement for an Accessions Information Environment (AIE) that implements enterprise-wide business practices and modern technology to support the Army’s Accessions Enterprise. In response to this Prototype Project Opportunity Notice (PPON), the Government requests that interested Offerors submit proposed solutions to the AIE requirement detailed herein. Proposed Solutions must be submitted in accordance with the AIE Instructions and Evaluation Criteria provided as an attachment to this PPON. The attached AIE Instructions and Evaluation Criteria detail the 4-step process that the Government will utilize to award a single OTA in support of the AIE Statement of Work (SOW) and program. The anticipated schedule for the overall selection process is provided in Table 1 in the AIE Instructions and Evaluation Criteria. All responses shall be submitted IAW the attached AIE Instructions and Evaluation Criteria. Step One (1) responses are due no later than (NLT) 27August 2018, 1500 EDT. Any questions regarding this Notice shall be submitted in accordance with (IAW) Paragraph 1.6 of the attached AIE Instructions and Evaluation Criteria NLT 10 August 2018, 1500 EDT. The Army Accessions Enterprise is data-driven, analytics-enabled, Soldier workforce-centric, and customer-focused. It provides the Army’s strength through its four (4) missions: (1) enlist Soldiers, (2) commission Officers, (3) fulfill In-Service requirements, and (4) support and sustain. The enterprise serves the Army well, but requires modernization, and rejuvenation to meet emerging requirements and ensure continued success. Data and analytics drive the Accessions Enterprise. Therefore, the AIE will be built on a foundation of data, information technology architectures and standards, infrastructure, and analytical tools to achieve a modern end-state using configurable, commercial off the shelf (COTS) software. The envisioned end-state is a net-centric enterprise solution characterized by standardized architecture and data formats; maximized authoritative data discovery and sharing; fully integrated capabilities; intuitive ability to access, visualize, assess, and understand data; integrated and automated business processes; and single source data entry. The AIE will support global operations with approximately 28,200 core users operating around the clock seven (7) days a week. Mobility, reliability, secure connectivity, and data access are paramount AIE attributes. The enterprise workforce must be able to perform tasks using any device, anytime, anywhere, while maintaining secure connectivity with the AIE. The AIE will collect, store, secure, and allow role-based access to sensitive data, including Personally Identifiable Information (PII) and Protected Health Information (PHI). The AIE will provide timely access for studies, analyses, reporting, and decision support. Specifically, the Army seeks to acquire a secure, interoperable, configurable, mature, COTS-based, out-of-the-box, minimally-customized solution that will (1) maximize the adoption of standardized products and business processes of the procured COTS-based solution, (2) operate in a commercial cloud hosting environment on a commercial network, (3) perform operational workflow data exchange with Government systems of record, (4) provide a common operating picture, (5) optimize knowledge management / information sharing, and (6) implement a single source record that enables single data entry. The AIE solution will have proven maturity to scale user and data growth, insert technology, perform continuous upgrades, and provide long-term sustainment. In accordance with the authority of 10 USC 2371b, the proposed solution must be a prototype project(s) that is directly relevant to enhancing the mission effectiveness of military personnel and the supporting platforms, systems, components, or materials proposed to be acquired or developed by the Department of Defense, or to improving the platforms, systems components, or materials in use by the armed forces. No award will be made unless and until the Government can make a final determination that the solution meets the statutory requirements for use of a prototype OTA (it meets the definition of a prototype project, enhances mission effectiveness and your company is a non-traditional defense contractor, a non-profit research institution, a small business, traditional defense contractor with significant participation by non-traditional defense contractors or traditional defense contractor offering a 1/3 cost share). Companies are advised that any Prototype OTA awarded in response to this PPON will include the following statement: "In accordance with 10 U.S.C. 2371b(f), and upon a determination that the prototype project for this transaction has been successfully completed, this competitively awarded prototype OTA project may result in the award of a follow-on production contract or transaction without the use of competitive procedures." For purposes of this agreement, production is defined as providing sustainment after Full Deployment (FD) of the AIE system. Sustainment will consist of Capability Support (as described in SOW paragraph 4.10) for approximately 28,200 users, to include any associated licenses. Sustainment will include continued operation in a commercial cloud hosting environment on a commercial network. The contemplated follow-on production transaction or contract could be for a term of up to five (5) years. Notwithstanding the above, the Government reserves the right to use competitive procedures to award any such follow-on production contract. Each Company responding to this notice shall be registered in the System for Award Management (SAM) at https://www.acquisition.gov. The representations and certifications made by your Company, including those completed electronically via the SAM, shall be incorporated by reference into any resulting OTA that is awarded from this notice. When submitting a proposal, the Offeror shall provide its Data Universal Numbering System (DUNS) +4 number. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative Electric Funds Transfer (EFT) accounts. If the Offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the Internet at http://fedgov.dnb.com/webform. An offeror located outside the United States must call the local Dun and Bradstreet office for a DUNS number. The company should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. Companies must also register in Wide Area Work Flow. The Company must be considered a responsible party by the Agreements Officer, and must not be suspended or debarred from award of such agreement by the Federal Government nor be prohibited by Presidential Executive Order, and/or law from receiving such award. Prospective offerors are advised that Non-Government advisors may participate in the selection process. The Companies or organizations providing such Contractor personnel will be excluded from the competition for this award. All Non-Government Advisors will have signed Non-Disclosure Agreements (NDAs) with the Government. The Government understands that information provided in response to this PPON has been submitted in confidence and may contain trade secret or commercial or financial information, and it agrees to protect such information from unauthorized disclosure to the maximum extent permitted or required by Law, to include: a. 18 USC 1905 (Trade Secrets Act); b. 18 USC 1831 et seq. (Economic Espionage Act); c. 5 USC 552(b)(4) (Freedom of Information Act); d. Executive Order 12600 (Pre-disclosure Notification Procedures for Confidential Commercial Information); and e. Any other statute, regulation, or requirement applicable to Government employees. Full Proposals - Non-Government advisors may also be used in the evaluations of proposals. In these cases, Companies will be notified of the name and corporate affiliation of these advisors in the request from the Government to submit a full written proposal. Companies will be afforded the opportunity to enter into a specific NDA with the corporate entity prior to submission of the proposal. The Government will treat all submissions as source selection information, and disclose their contents only for the purpose of evaluation. Restrictive notices notwithstanding, during the evaluation process, submissions may be handled by support contractors for administrative purposes and/or to assist with technical evaluation. All Government support contractors performing this role are bound by appropriate NDA. Submissions will not be returned. The original of each submission received will be retained by the Government and all other non-required copies will be destroyed. A certification of destruction may be requested, provided the formal request is received at this office within 5 days after notification that a proposal was not selected. Any costs incurred by the Company in responding to this PPON are not recoverable from the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4b7cbf1b4ac0f3181518deb9f851b4b6)
- Record
- SN05021485-W 20180808/180806230756-4b7cbf1b4ac0f3181518deb9f851b4b6 (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 |