(2) PROGRAM DESCRIPTION: This requirement encompasses services necessary for the performance of Predictive Analytics to include all elements of data analysis, design, development, test, integration, and deployment. Additionally, it includes the administration of data analytics and modeling tools on an environment utilizing transactional data powered by an Oracle Business Intelligence Enterprise Edition Data engine with a two-factor authentication role-based access management system. The data source is resident on a PLSQL core data structure environment which is fed by 40 separate software applications. Specifically, these services consist of the creation and deployment of new data dashboards and trend analysis tools for existing software applications to include, trouble shooting, training, end user assistance, logistics data collection and analysis, and configuration and data management of all projects. All work executed under this task order shall be performed using the guidance set forth by the best practices of Capability Maturity Model Integration® (CMMI) and the Executive Steering Group (ESG). This effort shall include maintenance, inclusion, conversion, modeling, and depiction of data from internal, external, and ad hoc data sources into the AWIS Ordnance Predictive Trend Identification & Correlation System (OPTICS).
(3) REQUIRED CAPABILITIES: In addition to meeting the technical capabilities, the contractor shall be a HUBZONE Small Business.
(4) PLACE OF PERFORMANCE: China Lake, CA
(5) CONTRACT TYPE: CPFF type of contract with a period of performance of one base year and three one-year options.
(6) SPECIAL REQUIREMENTS: None
(7) ADDITIONAL INFORMATION: A Statement Of Work is available on the secure side of the FBO. Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access CUI. See the DLIS website for registration details at: http://www.dlis.dla.mil/jcp/
(8) CONTRACTOR RESPONSE: Any firm believing it can fulfill the requirement identified above may submit a written response which shall be considered by the agency. The written response shall reference solicitation number N68936-17-R-0028 and provide a capability statement that clearly indicates the firm's experience, assets, background, and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule.
Contractor responses shall also include the following information:
a) A reference to the solicitation number N68936-17-R-0028 and brief title of this announcement;
b) Company name and address;
c) Company's point of contact name, phone, fax, and e-mail;
d) Declaration as to whether a U.S. or foreign company;
e) Company size (Small or Large according to the identified NAICS and size standard identified),
f) If your company is a Small Business, specify if your company is each of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small Business.
g) Provide any anticipated teaming arrangements and delineate between work to be accomplished by the prime and the work to be accomplished by the teaming partners,
h) A brief capabilities statement package demonstrating ability to perform the specific requirements discussed above.
i) An outline of previous projects related to the program description, identify specific work previously performed or currently being performed related to the program description; and
j) Any other specific and pertinent information as pertains to this particular area of procurement that would enhance the Government's consideration and evaluation of the information submitted.
Questions and comments are highly encouraged.
An opportunity for a site visit will be offered after the solicitation is issued. 0 Yes 1 No
The results of the sources sought will be utilized used to determine if any HUBZone Small Businesses exist using NAICS Code 541512 with a small business size standard of $27.5 million.
Vendors should appropriately mark any data that is proprietary or has restricted data rights.
Responses shall be submitted by e-mail to the point(s) of contact listed below no later than 4/10/17.
Anila Paul at [email protected]
DISCLAIMER:
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.