Federal Bid

Last Updated on 26 Feb 2012 at 9 AM
Sources Sought
Alexandria Virginia

R--Operating and Support Management Information System (OSMIS)

Solicitation ID W91WAW12-R-0016
Posted Date 19 Dec 2011 at 3 PM
Archive Date 26 Feb 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Alexandria Virginia United states 22331
This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. The US Army Contracting Command, National Capital Region (ACC-NCR) at Hoffman II, on behalf of the Deputy Assistant Secretary of the Army Cost & Economics (DASA-CE), intends to procure technical support services in the concentrated areas of Operations and Support (O&S) costing; to support Army transformation using the Lean Six Sigma (LSS) process; and to deploy LSS as Continuous Process Improvement (CPI) approach. The contractor shall also develop a standard taxonomy and conduct a Generating Forces census by populating and maintaining a repeatable Generating Force census database in support of the ASA Financial Management & Cost (FM&C) and DASA-CE using small business set-aside procedures in accordance with FAR Part 19 or under full and open competitive procedures. All capability packages are due 10:00 AM Easter Standard Time 28 December 2012 NO EXCEPTIONS, the requirement will be solicited as a 100% set-aside for small business concerns in accordance with FAR Part 19. If capability packages are not received from at least two responsible small business concerns in accordance with FAR Part 19 by the response date or if the Government determines that no small business concerns in accordance with FAR Part 19 are capable of performing this requirement based upon an evaluation of the capability packages submitted; this requirement will be solicited under full and open competitive procedures.

Only small businesses are to submit capability packages by 28 December 2012 at 10:00 AM Eastern Standard Time. NO EXCEPTIONS. Interested small business concerns in NAICS code (541611) with a size standard of 7.0 million are encouraged to submit their capability packages. The capability packages for this sources sought market survey are not expected to be proposals, but rather statements regarding the company's existing experience in relation to the areas specified in the PWS. Capability packages must not exceed 10 pages and must be submitted electronically. Packages over 10 pages will not be evaluated.

Responsible Small business concerns are to outline their experiences in the following five key areas OR tasks from the customer that is specific to the requirement in determining small business capability). Areas or tasks where a contractor does not have prior experience should be annotated as such.

The following questions can also be answer and elaborated on as part of the package: In addition, the following questions must be answered and elaborated on as part of the package:
(1) Does your company (prime) currently have the capability to provide, maintain and operate an IBM mainframe computer system required to run OSMIS data processing programs? Please explain. (SEE Part 5.1.1 of the PWS)
(2) Briefly discuss your current Non-classified Internet Protocol Router (NIPRNET) connection specifications and accreditations. (SEE Part 5.1.14 and 5.1.17 of the PWS)
(3) Does your team include experience Common Business Oriented Language (COBOL) programmers? Please explain. (SEE Part 5.1.16 of the PWS)
(4) Discuss your working knowledge and experience with developing and analyzing weapon system cost factors for the Planning Programming Budgeting and Execution (PPBE) process? (SEE Part 5.2.2 of the PWS)
(5) Explain your overall knowledge of the Department of the Army's or equivalent military department organizational structure and its impact on data collection? (SEE Part 5.2.1 of the PWS)
To assist us in maintaining a list of interested small business concerns for this potential procurement, please provide your company's name, point of contact (POC), address, phone number, and business size under the above NAICS code to the POC this procurement, Mrs. Jeannette Jordan. A/An Cost Plus Fixed Fee (CPFF) is anticipated. The anticipated period of performance will be

Base Period: 2 March 2012 through 1 March 2013
Option Period I: 2 March 2013 through 1 March 2014
Option Period II: 2 March 2014 through 1 March 2015

The place of performance will be at the government and contractor facilities. Contractor personnel will require a current secret clearance.

A written Request for Proposal (RFP) will be posted on or about 15 January 2012. The RFP must be retrieved and downloaded from the government's point of entry on FedBizOpps.gov at www.fbo.gov. No hard copies of the RFP will be issued. All amendments will be posted and must be retrieved from this website. Responses to the RFP must be submitted by email to the POC identified below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages POC is Mrs. Jeannette Jordan, at [email protected] or Ms. Diane Harvey Lytle, at (703) 428-0848 or [email protected] .

Bid Protests Not Available

Similar Opportunities

Pennsylvania 08 Aug 2025 at 4 AM (estimated)
Pennsylvania 08 Aug 2025 at 4 AM (estimated)
Colorado 02 Aug 2025 at 4 AM (estimated)
Colorado 02 Aug 2025 at 4 AM (estimated)
Colorado 02 Aug 2025 at 4 AM (estimated)