This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in Sub-part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and written solicitation will not be issued. This solicitation number W912NR-16-R-0034 is issued as a Request for Quotation(RFQ). The synopsis/solicitation is issued for commercial service in accordance with FAR Part 13-Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-71 effective December 26,2013. This acquisition is UNRESTRICTIVE. The NAICS code for this acquisition is 541512-Computer System Design Services. The size standard for this NAICS code is $27.5 million. The Louisiana National Guard will be awarding a Firm-Fixed Price Service Contract. Proposals must include proof that you meet all requirements listed under the below"Government Considerations (Additional Requirements).
TITLE: Operational Management Database and Interface System Enhancement & Migration Support
DESCRIPTION: Enhance the current version of web-based operational management database to improve upon existing system and migrate to new 2012 OS Server. Priorities are:
Item 1. COMPASS Microsoft 2012 Platform Migration.
Item 2. COMPASS Environment Support
LOCATION: System and Operators reside at Bldg. 420, Camp Beauregard, Pineville, LA 71360. However, development can occur off-site.
PROJECT COMPLETION: Project needs to be completed and system fielded NLT 31 DECEMBER 2016
PERIOD OF PERFORMANCE: The period of performance will be a base year with two (2) option years.
GOVERNMENTAL CONSIDERATIONS (ADDITIONAL REQUIREMENTS): The government will evaluate the offeror based on cost of service and the additional requirements listed below.
APPROACH TO PROJECT COORDINATION: A major factor of consideration is the offeror's approach to customer coordination and feedback pertaining to the project. There must be a minimum of Monthly Virtual In-progress reviews.
SPECIALIZED EXPERIENCE: The Government will evaluate the offeror's corporate (not staff) ability to identify the relative risks associated with the work efforts and the likelihood of success based on the offeror's experience in the major tasks and sub-tasks. The evaluation will focus on the identified experience and how the proposal identifies that experience to demonstrate the depth and breadth necessary to satisfactorily perform the services.
The successful offeror will demonstrate the following specialized experience:
•Ø Minimum CMMI Level II Rating
•Ø Minimum of 10 years working experience with the Army. Minimum of 5 years working experience with enterprise data management systems. Minimum of 5 years working experience with Service Oriented Architecture (SOA). Minimum of 3 years working experience with LA Army National Guard due to the required integration with proprietary support and mapping systems. Working knowledge of Army and LANG organizations, systems, and procedures to include JIEE, PRIDE, Logistics Command, state government - national guard incident management process, Serious Incident Reports, Military Orders Process
KEY PERSONNEL: The Government will evaluate the offeror's approach to ensure the proposed labor categories, skill mix, and man-hours are adequate to successfully perform the tasks/sub-tasks outlined in the Contract. Certain experienced professional and/or technical personnel are essential for successful accomplishment of the work to be performed under this contract. These "Key Personnel" shall be identified by name within the contractor's proposal and their resumes submitted for evaluation during the source selection process. As a part of source selection, the Government will evaluate key personnel resumes to ensure the qualifications and education requirements for those positions are adequate to successfully meet the requirements of the Task Order PWS.
The contractor shall provide the follow key personnel:
•Ø Project Manager: Requires a minimum of 5 years of experience managing Army projects to include 3 years of experience with state National Guard units. Project management experience includes project status reporting, financial management, and execution metrics. This individual must have a minimum of a Bachelor's Degree.
•Ø Technical Project Lead: Requires a minimum of 10 years of experience managing system integration and custom software development projects to include a minimum of 3 years of experience with state National Guard projects. Experience encompasses all phases of the Software Development Lifecycle(SDLC), preparing system requirements, system architecture design, and oversight of application development and solution implementation. This individual must have a minimum of a Bachelor's Degree.
•Ø Senior Application Developer: Requires a minimum of 5 years design and development experience with web applications, 5 years .NET/ASP.NET design and development experience, and 5 years of database design and development experience with Microsoft SQL Server. This individual must have a minimum of a Bachelor's Degree.
SPECIAL INSTRUCTIONS: Itemized Bid is required (See Items 1-2).
ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (CMRA or eCMRA): The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under the contract for the LA National Guard via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/ .
Quotation Submission: Quotation will be submitted electronically via email to lavon[email protected] NLT 11:59 PM CST 12 July 2016. All questions will be submitted to [email protected] NLT 11:59 PM CST 8 July 2016. All request should be marked with solicitation number W912NR-16-R-0034.
Provisions and Clauses:
The provision at FAR 52.215-1, Instructions to Offerors-Competitive Acquisition, applies to this acquisition and there are no addenda to this provision.
Offers must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer.
The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and there are no addenda to this clause.
The clause at FAR 52.212-5 Deviation, Contract Terms and Conditions Required To Implement Statues Or Executive Orders-Commercial Items, applies to this acquisition.
The following are the included additional clauses for this action;
52.203-3 Gratuities
52.203-6 ALT.I Restrictions on subcontractor Sales to the Government - Alternate I
52.204-4 Printed or Copied-Double Sided on Post consumer Fiber Content Paper
52.204-16 - CAGE Reporting
52.204-7 System for Award Management
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.217-5 - Evaluation of Options
52.222-3 Convict Labor
52.222-17 Non-displacement of Qualified Workers
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-35 Equal Opportunity for Veterans
52.222-36 Affirmative Action for Workers with Disabilities
52.222-37 Employment Reports on Veterans
52.222-40 Notification of Employee Rights Under the National Labor Relations Act
52.222-41 Service Contract Labor Standards
52.222-42 Statement of Equivalent Rates for Federal Hires
52.222-44 Fair Labor Standards Act and Service Contract Act - Price Adjustment
52.222-50 Combating Trafficking in Persons
52.222-55 Minimum Wages Under Executive order 13658
52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving
52.225-13 Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer-System for Award Management
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.252-2 Clauses Incorporated by Reference (http://farsite.hill.af.mil)
52.252-6 Authorized Deviations in Clauses (DFARS, 48 CFR Chapter 2)
252.201-7000 Contracting Officer's Representative
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7005 - Representation relating to compensation of former DoD Officials
252.203-7997 - Prohibition on Contracting with Entities that require certain internal confidentiality agreements
252.204-7004 Alternate A
252.213-7000 - Notice to prospective suppliers on the use of PPIRS
252.225-7001 Buy American Act and Balance of Payments Program
252.225-7031 - Secondary Arab Boycott of Israel
252.225-7012 Preference for Certain Domestic Commodities
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7010 Levies on Contract Payments
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel
252.243-7002 Requests for Equitable Adjustment
252.247-7023 Transportation of Supplies by Sea
ENCLOSURE: COMPASS SOW