This acquisition will provide program management, software configuration, and operations and sustainment support to maintain the current TAS software. This will include Tier 1, Tier 2, and Tier 3 support for the TAS system to include 24x7x365 support. This solution will support 16,000 employees worldwide to include any OCONUS locations. DeCA requires enterprise licensed software support hosted by DeCA and has determined that software as a service (SaaS) hosted by a time and attendance service provider is not acceptable, as the TAS software support must be in compliance with the DIACAP DoD Instructions 8510.01 and 8500.2 security controls. The current TAS software is run on a government-owned server.
The awarded bridge contract will also include a six month "Option to Extend Services" clause FAR 52.217-8. The proposed bridge contract is needed or continued support services currently being performed under contract HC1028-14-C-0028, for TAS system support until the implementation of the DAI system. This will be a Firm Fixed Price bridge contract. The statutory authority for other than full and open competition is 10 USC 2304(c)(1) and FAR 6.302-1, only one responsible source and no other supplies and services will satisfy agency requirements.
Interested parties may identify their interest and capability to respond to the requirement by submitting clear evidence of their capability to provide/perform within 15 days of this notice.
THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. Suppliers may send written correspondence to the following address: [email protected]. The estimated date of award is September 29, 2019. All responsible sources will be considered for evaluating the determination to issue a sole source purchase order. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. The NAICS Code for this procurement is 541512.