Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2005 FBO #1179
SOLICITATION NOTICE

D -- US Army Space and Missile Defense Command (USASMDC) Command Information Management System (CIMS)

Notice Date
2/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
 
ZIP Code
35807-3801
 
Solicitation Number
W9113M-05-R-0010
 
Response Due
8/15/2005
 
Archive Date
10/14/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The US Army Space and Missile Defense Command (USASMDC) has contractual support requirements for Information Technology (IT) Management, Operations, and Maintenance for the Command Information Management System (CIMS). The CIMS is the overall comman d enterprise (global) and support architecture comprising the primary functional IT support required to support the commands mission areas that support the sustaining operations. These functional IT support areas include primarily Contract Management, E ngineering and Development Operations, Help Desk Operations, Computer Operations, Database Management and Operations, Applications Development, Network Operations, Information Assurance Operations, Web Development Operations, Visual Information Operations, Communications Operations and Command Support and Operations. These efforts will require a professionally skilled, well trained, and retainable workforce to support the USASMDC Major Command (MACOM). The major components of the CIMS architecture include the following: 1) the unclassified USASMDC enterprise network; 2) the CIMS Oracle database management system; 3) the USASMDC classified networks; 4) the CIMS-Library systems; 5) the Special Purpose Automated systems; 6) the command standard personal compu ters, and 7) the CIMS helpdesk providing day-to-day assistance to CIMS users of Automated Information System (AIS) equipment and services provided by CIMS. The CIMS contract also supports technical directives and technical enhancements (which will be issued via task orders) that are not a part of the USASMDC standard level of support. Technical directives are used by individual organizations requiring specia l assistance in the Information Technology area. Technical enhancements are also used by individual organizations requiring enhancements to their technical base up and above the standard level of support. The contractor must have extensive, in-depth and current experience with the CIMS in order for USASMDC to maintain current level of support to the architecture in support of its missions. The contractor shall actively pursue and maintain a quality business support system in support of CIMS operations and missions. An intense project management system should exist to oversee, direct, and coordinate all contract support activities to include , but not limited to, an intense IT engineering program for upgrades and performance improvement programs for the CIMS. This shall include designing, developing, re-engineering, and integrating state-of-the-art software and hardware enhancements in the CI MS architecture. These efforts are required to provide an innovative, high quality, cost effective, state-of-the-art, sustaining base IT environment that supports USASMDC missions and functions that include aggressive USASMDC Research and Development (R&D ) projects/programs. The USASMDC R&D projects/programs develop and test leading edge technologies in support of the Missile Defense Agency (MDA) and other Department of Defense (DOD) programs. USASMDCs current organizational structure consists of the following locations: 1) SMDC  Arlington, Virginia - Headquarters (HQ); 2) SMDC - Huntsville - Huntsville, Alabama; 3) SMDC - Colorado Springs  Peterson AFB, Colorado;, 4) SMDC - High Energy Laser Test Facility (HELSTF)  White Sands, New Mexico; 5) Kwajalein/Reagan Test Site (USAKA/RTS)  Marshall Islands; and 6) Force Development Integration Center (FDIC)  Arlington, VA. This acquisition is not open to participation by foreign firms at either the prime or subcontract level. All USASMDC contractors shall be U.S. citizens and hold United States government security clearances and possess local designated access approvals per the direction of USASMDC Security and Information Assurance. Security clearances shall be commensurate with the level of information processed on the system(s) or network(s). Personnel shall be qualified to perform duties as specified in A rmy Regulation 25-2 and other contract designated positions and tasks. The resultant contract will be an Indefinite Delivery, Indefinite Quantity type with a basic ordering period of three years with seven one year award terms. The acquisition is 100% set aside for small business competition. Small Businesses should note th e FAR 19 North American Industry Classification System (NAICS) Code of 541512 with a size standard of $21 million. Small businesses may team together and be eligible for award of a set-aside contract, providing that each team member meets the NAICS code s mall business definition that for procurement. The rules allow a set aside when there is an expectation of two or more competitive offers from small businesses or small business teams when at least 50% of the services will be performed by the small busine ss or the collective efforts of all small business members of the team. Further, the current affiliation rules allow 8(a) joint ventures or teams when each team member is small according to the applicable NAICS code and the 8(a) concern performs a signif icant amount of the work with its own employees. Such teams and/or joint ventures require the prior approval of the U.S. Small Business Administration. At the governments option, portions of or a complete draft RFP may be released for comments during t he March 2005 time frame. The expected release date of the final RFP is 5 May 2005. Schedules will be posted and updated on the USASMDC web site identified below. Additional information, as well as the RFP and any draft material when released, will be available at the SMDC Website, http://www.smdc.army.mil/Contracts/Contracts.html. NO PAPER COPIES OF THE RFP WILL BE PROVIDED NOR IS A MAILING LIST BEING MAINTAINED FOR THIS ACQUISITION AS THE RFP WILL BE POSTED ON THE ABOVE WEBSITE ADDRESS. Questions or correspondence should be directed to Mrs. Robbie Phifer, Contract Specialist, via e-mail (robbie.phifer@smdc.army.mil) or via fax (256) 955-4240 and reference the RFP number W9113M-05-R-0010.
 
Place of Performance
Address: US Army Space and Missile Defense Command, Deputy Commander ATTN SMDC-CM-AK, P.O. Box 1500 Huntsville AL
Zip Code: 35807-3801
Country: US
 
Record
SN00751479-W 20050217/050215212233 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.