Federal Bid

Last Updated on 21 Sep 2015 at 8 AM
Combined Synopsis/Solicitation
Houston Texas

D--Base Realignment and Closure Financial Module (BRAC FM)

Solicitation ID W9124J-15-R-0007
Posted Date 21 May 2015 at 10 PM
Archive Date 21 Sep 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
Contracting Office Not Specified
Agency Department Of Defense
Location Houston Texas United states 78234
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

Solicitation Number: W9124J-15-R-0007

This notice shall be considered a request for proposal, quotation, or an invitation for bid.

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-80.

It has been determined that competition will be limited to HUBZone Small Business Firms. The North American Industry Classification System (NAICS) code for this acquisition is 541513 Computer Facilities Management Services, with a corresponding Small Business Size Standard of $27.5 million.

CLIN STRUCTURE

The anticipated period of performance is one Base Year of 12 months and three (3) 12-month option years.

CLIN 0001 Phase In: The contractor shall provide Phase In activities as defined in the Performance Work Statement necessary to support the Base Realignment and Closure Financial Module (BRAC FM). FFP, 1 Months

CLIN 0002 Phase In: The contractor shall provide Phase In activities as defined in the Performance Work Statement necessary to support BRAC Website. FFP, 1 Months

CLIN 0003 BASE PERIOD: The contractor shall provide services as defined in the Performance Work Statement necessary to support the Base Realignment and Closure Financial Module (BRAC FM). FFP, 11 Months

CLIN 0004 BASE PERIOD: The contractor shall provide services as defined in the Performance Work Statement necessary to support the Base Realignment and Closure Website. FFP, 11 Months

CLIN 0005 BASE PERIOD: MANPOWER REPORTING: Contractor is required to provide data on Contractor labor hours (including subcontractor labor hours) for performance of this contract in accordance with the PWS. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter quote mark No Cost. quote mark Instructions, including the Contractor and Subcontractor User Guides, are available at http://www.ecmra.mil. COST

CLIN 1001, OPTION YEAR 1: The contractor shall provide services as defined in the Performance Work Statement necessary to support the Base Realignment and Closure Financial Module (BRAC FM). FFP, 12 Months

CLIN 1002, OPTION YEAR 1: The contractor shall provide services as defined in the Performance Work Statement necessary to support the Base Realignment and Closure Website. FFP,12 Months

CLIN 1003, OPTION YEAR 1: MANPOWER REPORTING: Contractor is required to provide data on Contractor labor hours (including subcontractor labor hours) for performance of this contract in accordance with the PWS. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter quote mark No Cost. quote mark Instructions, including the Contractor and Subcontractor User Guides, are available at http://www.ecmra.mil. COST 12 months.

CLIN 2001, OPTION YEAR 2: The contractor shall provide services as defined in the Performance Work Statement necessary to support the Base Realignment and Closure Financial Module (BRAC FM). FFP, Months

CLIN 2002, OPTION YEAR 2: The contractor shall provide services as defined in the Performance Work Statement necessary to support the Base Realignment and Closure Website. FFP, Months

CLIN 2003, OPTION YEAR 2: MANPOWER REPORTING: Contractor is required to provide data on Contractor labor hours (including subcontractor labor hours) for performance of this contract in accordance with the PWS. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter quote mark No Cost. quote mark Instructions, including the Contractor and Subcontractor User Guides, are available at http://www.ecmra.mil.

CLIN 3001, OPTION YEAR 3: The contractor shall provide services as defined in the Performance Work Statement necessary to support the Base Realignment and Closure Financial Module (BRAC FM). FFP, Months

CLIN 3002, OPTION YEAR 3: The contractor shall provide services as defined in the Performance Work Statement necessary to support the Base Realignment and Closure Website. FFP, Months

CLIN 3003, OPTION YEAR 3: MANPOWER REPORTING: Contractor is required to provide data on Contractor labor hours (including subcontractor labor hours) for performance of this contract in accordance with the PWS. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter quote mark No Cost. quote mark Instructions, including the Contractor and Subcontractor User Guides, are available at http://www.ecmra.mil. COST

DESCRIPTION:

The U.S. Army has a requirement for personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to maintain and provide functionality for the Base Realignment and Closure Financial Module (BRAC FM). The BRAC FM was developed to support the distribution of Base Realignment and Closure funds to Army Commands/Installations and the US Army Corps of Engineers. The BRAC FM has an interface with the Funds Control System (FCS) managed by the Army Budget Office (ABO). The current hardware and software configuration for the BRAC FM are as follows:

Application server operating system - Windows 2008 R2 Software - Internet Information Server; 7.5 Crystal Reports XI Database Server - Windows 2008 R2 Software; SQL Server 2008 R2 Standard

The Government seeks to update and maintain the BRAC FM System, except for those items specified as government furnished property and services. It is the responsibility of successful offeror to be responsible for performing all operation and maintenance functions to support the BRAC FM. The successful offeror will also enhance, maintain and update the BRAC public website. See attached Performance Work Statement (PWS) for more details


PLACE OF PERFORMANCE:

The majority of work to be performed under this contract will be performed at the contractor's discretion (off-site). However, in order to assure responsiveness to the BRAC FM, the contractor shall be prepared to provide onsite support, when necessary, for this effort. When onsite support is required the primary place of performance for this effort is at:

Government Duty Location:
HQ Department of the Army
Office of the Assistant Chief of Staff
for Installation Management
BRAC Division
Room 5000
2530 Crystal Drive

Submission requirements for all offerors are identified by addendum on FAR Clause 52.212-1. Offeror is directed to pay special attention to FAR Clause 52.212-1 and 52.212-2 when submitting proposal. See attachment 4 with clause in details.

The provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. See attachment 4 for addendum to provision

The provision 52.212-2, Evaluation-Commercial Items, applies to this procurement. See attachment 4 for addendum to provision

Offerors are reminded to complete Offeror Representations and Certifications on-line at
https://www.sam.gov/portal/public/SAM/ prior to submitting an offer as required in provision 52.212-3.

Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition

Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders

Commercial Items, applies to this acquisition and the additional FAR clauses cited in the clause are applicable:

52.203-15, 52.204-10, 52.204-14, 52.209-6, 52.209-9, 52.219-3, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 19, 21, 26, 35, 36, 37, 40, 43, 54, 52.223-18, 52.232-33, 52.222-41, 42, 43, 52.222-17, 52.222-55, and 52.225-13


ADDITIONAL INFORMATION:

Any additional contract requirement(s) or terms and conditions is included in attachment 4.

Offerors must register with the Wide Area Workflow (WAWF). Payment will be made by electronic funds transfer through Defense Finance and Accounting Service (DFAS). The offeror that is awarded the contract must follow the instructions required for electronic submission of invoices on WAWF https://wawf.eb.mil.

All proposals shall be received on or before COB on 26 May 2015 via email to Shantelle L. Mayfield at [email protected] or by mail to Mission and Installation Contracting Command, ISP Contracting Office - Fort Sam Houston, ATTN: Shantelle L. Mayfield, 2205 Infantry Post Road, Bldg. 603, 1st Floor, Fort Sam Houston, Texas 78234-1361 will be considered by the Government. The subject of your email must include your company's legal name, state the nature of your email and include the Solicitation Number W9124J-15-R-0007. For example, the subject of your email should be similar to the following:

a) Company XXXXX Solicitation Number W9124J-15-R-0007
b) Company XXXXX Question Regarding Solicitation Number W9124J-15-R-0007

Questions must be submitted no later than 22 May 2015 at 12:00 PM CST.


Attachment 2 BRAC FM PWS Dated 20 May 2015
Attachment 4 Clauses and Provisions Dated 20 May 2015



Bid Protests Not Available