SOURCES SOUGHT
R -- PEO EIS/PM ARDAP PMO Support Contract
- Notice Date
- 1/10/2024 7:35:26 AM
- Notice Type
- Sources Sought
- NAICS
- 5416
—
- Contracting Office
- W6DY PEO EIS FORT BELVOIR VA 22060-0000 USA
- ZIP Code
- 22060-0000
- Solicitation Number
- ARDAP002
- Response Due
- 1/29/2024 2:00:00 PM
- Archive Date
- 02/13/2024
- Point of Contact
- Lynn Sims, Diep Ly
- E-Mail Address
-
lynn.sims.civ@army.mil, diep.ly.civ@army.mil
(lynn.sims.civ@army.mil, diep.ly.civ@army.mil)
- Description
- Update as of 10 Jan 2024: The purpose of this update is: 1. To extend the response due date from 23 Jan 2024 to 29 Jan 2024. 2. The Government will accept questions related to the RFI until 1400 16 Jan 2024.� PROGRAM EXECUTIVE OFFICE ENTERPRISE INFORMATION SYSTEMS (PEO-EIS) PROGRAM MANAGER (PM), ARMY DATA AND ANALYTICS PLATFORMS (ARDAP) FORT BELVOIR, VIRGINIA 22060-5526 This Request for Information (RFI) for program management support (PMO) is issued solely for information and planning purposes. It does not constitute as a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any future services. Further, the Government is not, at this time, seeking proposals and will not accept unsolicited proposals. The RFI responders are advised that the Government will not pay for any information or administrative costs incurred in response to this RF. All costs associated with responding to this RFI are solely at the interested party�s expense. Not responding to this RFI does not preclude participation in any future RFP if one is issued. Additionally, this RFI is intended for the Government to identify sources that can provide program management support to PM ARDAP, the information provided in this RFI is subject to change and is not binding to the Government. The Government has not made a commitment to procure any of the RFI requirements discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur a cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. Description PM ARDAP is a portfolio of systems that will modernize Army business processes and enable scalable, agile, and trusted data platforms integrated with data services/applications, visualization, and analytic tools to facilitate fact-based and resource-informed decision-making.� A full range of Systems Engineering and Technical Assistance (SETA) services are needed to support PM ARDAP�s mission.� SETA services range from providing administrative assistance to providing expert technical assistance on national efforts that will contribute to maintaining and expanding the Army�s capabilities. The Army continues to modernize its business processes through Enterprise Resource Planning (ERP) Systems.� Program management technical advisory Subject Matter Expert Consultation and Support) is sought in the areas of financial, logistical, technical, and business transformation support services for the ERPs, Legacy Systems, and related organizations as listed below:� �� The PM ARDAP and subordinate organizations:� ���Army Enterprise Systems Integration Program Hub (AESIP HUB) � Automated Movement and Identification Solutions (AMIS) � Army Training Information System (ATIS) � Enterprise Business System Convergence (EBS-C) � Global Force Information Management System (GFIM) � Logistics Information Systems (LIS) � Army Vantage (Vantage) � Army Test and Evaluation Command Integrated Mission Management System (AIMMS) ��Strategic Initiatives Group (SIG) Synopsis: US Army PEO EIS is conducting market research to determine the industry�s capabilities to provide services required under the attached draft Performance Work Statement (PWS). Specifically, we are looking for information pertaining to available service providers, Strategy, and price structure. Reponses: Interested parties are requested to respond to RFI questions with a white paper. The white paper shall not exceed 8 pages and submitted in either WORD or PDF using Arial 12-point font. The Cover Sheet, Attachment 2, and ROM does not count against the 8-page limit. Participation in response to this RFI will not preclude any vendor from responding to future acquisitions, either individually or as part of a team. Marketing brochures will not be considered adequate information in response to this RFI. After reviewing the updated draft Performance Work Statement (PWS), interested capable contractors are invited to responses to the following questions. Responses should be submitted electronically as one complete document. Period of Performance:�One 12-month base year, four 12-month option years, and an evaluated six-month option in accordance with FAR 52.217-8. Contract Type:�The Government anticipates issuing a Hybrid Contract that includes Firm-Fixed Price (FFP)� and Time and Material rates for labor, and Cost Reimbursable (CR) rates for travel and Other Direct Costs (ODCs). Requested Information: Please include the following in your response on a Cover Sheet: 1. Point of Contact information: 2. Company Name: 3. Address: 4. Phone Number: 5. Fax Numbers: 6. Email Address: 7.�Small Business social economic size: 8. Duns: 9. Cage Code: 10. Partners Team Approach. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. 1. ��������� Please provide a ROM (Rough order of Magnitude). List out Labor Rates, Categories, ODCs, etc. 2.���������� What additional information and/or recommendations do you have for the Government for this requirement?� 3.���������� Please provide any recommendation if you have any alternative labor mix suggestions for the Product Offices, please update the attachment. 4.���������� The Government will price approximately 25% of the LCATS on a FFP basis. Provide your recommendation on which LCATS should be FFP and the rational behind it. 5. ��������� Please indicate if your company is an 8a with experience in similar scope, size, and complexity. Provide 2 examples of how you demonstrate this experience. 6.���������� Based on the information provided, would your company submit and offer if an RFP is issued? 7. ��������� Please provide an overview of your small business subcontracting plan for this requirement. 8. ��������� Please provide summary of your Resourcing or Staffing Plan demonstrating how the company has successfully retained and on-boarded personnel in a timely manner. 9. ��������� Please provide a management plan, to include a risk management and mitigation plan. Point of Contacts: �Diep Ly (Acquisition Specialist) Email: diep.ly.civ@army.mil & Lynn Sims (Director of Acquisitions) - Email: lynn.sims.civ@army.mil� Due Date:�Responses must be received by 5 pm EST. on January 23, 2024 via email to Diep Ly. No questions will be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bc485f1c4d24430d9a3413ae9821b445/view)
- Place of Performance
- Address: Fort Belvoir, VA 22060, USA
- Zip Code: 22060
- Country: USA
- Zip Code: 22060
- Record
- SN06932599-F 20240112/240110230049 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |