Federal Bid

Last Updated on 12 Jul 2016 at 8 AM
Combined Synopsis/Solicitation
Camp Arkansas

COMPASS ENHANCEMENT AND PLATFORM MIGRATION

Solicitation ID W912NR-16-R-0023
Posted Date 06 Jul 2016 at 6 PM
Archive Date 12 Jul 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W7nb Uspfo Activity La Arng
Agency Department Of Defense
Location Camp Arkansas United states
This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice.  This annoucement constitutes the only solicitation; quotations are being requested and written solicitation will not be issued.  This solicitation number W912NR-16-R-0023  is issued as a Request for Quotation (RFQ).  This synopsis/solicitation is issued for commercial services in accordance with FAR Part 13-Simplified Acquistion Procedures.  The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquistion Circular 2005-71 effective December 26,2013.  This acquisition is UNRESTRICTIVE.  The NAICS cosde for this accuistion 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 "Governmental 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.  Draft Status and Management Workflow.

             Item 2. Report Module Upgrade.

             Item 3. COMPASS Microsoft 2012 Platform Migration.

             Item 4.  COMPASS Implementation and Environment Support.

    LOCATION:  System and Operators reside at Bldg. 420, Camp Beauregard, Pineville, LA, 71360. However, development can occur offsite. 

    PROJECT COMPLETION:  Project needs to be completed and system fielded NLT 31 December 2016.

 PERIOD OF PERFORMANCE: The base period of performance will be 25 September 2016-24 September 2017 with two (2) one year option periods.

 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 subtasks.  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).  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/subtasks 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 following 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 1-4). 

  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 LA National Guard via a secure data collection site.  The contracto is required to completely fill all required data fields using the following web address:  http://www.ecmra.mil/.

Quotation Submission:  Quotation will be submitted electronically via email to [email protected] NLT 11:59 PM CST 27 June 2016.  All questions will be submitted to [email protected] NLT 11:59 PM CST 22 JUNE 2016.  All requests should be marked with solicitation number W912NR-16-R-0023.

Provisions and Clauses:
The provision at FAR.212-1, Instructiions to Offerors-Commercial applies to this acqusition and there are no addenda to this provision.
Offers must include a complete copy of the provision at FAR 52.212-3, Offeror Representations and Certification-Commericials Items with their offer.
The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquistion 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 addtional clauses for this actiion;

 
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

Bid Protests Not Available

Similar Past Bids

Camp Arkansas 14 Jul 2016 at 9 PM
Location Unknown 27 Jul 2009 at 8 PM
Fishers New york 11 Jul 2012 at 3 PM
Curtis bay Maryland 05 Feb 2021 at 6 PM
Location Unknown 19 Dec 2014 at 12 PM

Similar Opportunities

North dakota 30 Jul 2025 at 3 PM
Location Unknown 10 Jul 2025 at 4 AM
Oklahoma 18 Jul 2025 at 4 AM (estimated)
Oklahoma 18 Jul 2025 at 4 AM (estimated)
Waianae Hawaii 11 Jul 2025 at 1 AM