Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2007 FBO #2128
SPECIAL NOTICE

99 -- Notice of Intent: The U.S. Army Corps of Engineers intends to award a sole source contract to Universolutions, LLC

Notice Date
9/22/2007
 
Notice Type
Special Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
US Army Humphreys Engineer Center Support Activity, ATTN: CEHEC-CT, 7701 Telegraph Road, Alexandria, VA 22315-3860
 
ZIP Code
22315-3860
 
Solicitation Number
USA-SNOTE-070922-007
 
Archive Date
12/21/2007
 
Description
The U.S. Army Corps of Engineers intends to award a sole source contract to Universolutions, LLC. This is a special notice for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplement ed with additional information included in this notice 6.302-1 Only one responsible source available, and no other suppliers or services will satisfy agency requirements.This modernization project will enhance the level of support to USACE Directorate of C ontracting, three Principal Assistants Responsible for Contracting (PARC), Regional Contracting Offices (RCO) and District Contracting Chiefs (DCC) in their efforts to successfully execute the contracting mission and the overall quality of contract support to the District. However, any firm that believes it can meet this requirement may give written notification to the Contracting Officer within 5 days from the date of publication of this announcement. Supporting evidence must be in sufficient detail to demonstrate the abil ity to comply with the requirement. Responses received will be evaluate, however a determination by the Government to compete the proposed procurement based on the responses to this notice is solely within the discretion of the Government. If no responses are received, the U.S. Army Corps of Engineer will proceed with awarding a firm-fixed price contract to Universolutions, LLC for the Warrant Management System Modernization Project. Point of Contact for this requirement is LaTanya Johnson at Latanya.E.John son@hq02.usace.army.mil. Scope of Work USACE National Contracting Organization Warrant Management System(WAMAS) Modernization Project (FY07) 1. BACKGROUND The US Army Corps of Engineers National Contracting Organization requires the need for an effective and efficient process for managing Contracting Officer Warrants and Grants. The goal of is to provide senior staff and managers with a management informat ion system that is customized for warranting Contracting Officers and delivering several business solutions to improve the organization performance and operations. The Warrant Management System (WAMAS) will assist in expediting the warrant approval proces s, warehousing all appointed USACE warranted Contracting and Grant Officers data at one central location and generating managerial reports for decision makers. The Warrant Management System (WAMAS) automates the manual process of requesting and approving W arrants. Three basic validation requirements are integrated into the system, which are education, training and work related experience. The main objective of this system is to ensure warrant applications are processed (approvals, terminations, tracking and reporting) within an established time period in accordance to policy/procedures and maintain a knowledge repository for warrant data Th e initial concept design for the Warrant Management System was performed by Universolutions for the USACE in FY02 (DACW72-02-P-0117). The system has a feature to generate warrant certificates. The concept of operations of the Warrant Management System is a web-based information portal. This portal serves as the warrant data repository tool for contracting personnel involved in the contracting officer warrant appointment and approval process. L imited access will be provided to Corps Intranet users only. The Warrant Management System will provide a centralized database, which will allow USACE contracting organizations to i) request, ii) approve, iii) generate, iv) review, v) validate and vi) track warrants online. 2. REFERENCES: 2.1. Federal Acquisition Regulation (FAR) 1.602, Defense Federal Acquisition Regulation (DFARS) 201.603, Army Federal Acquisition Regulation (AFARS) 5101.602, Engineer Federal Acquisition Regulation (EFARS) 1.602 and 1.603 2.2. AR 70-1, Army Acquisition Policy, Chapter 9, date d 31 December 2003 SUBJECT: Warrant Management System (WAMAS) Modernization Project (FY07) 2. REFERENCES: (Continued) 2.3. DoD Directive 5000.52, Defense Acquisition, Technology and Logistics Workforce Education, Training, and Career Development Program, dated 12 January 2005. 2.4. DoD Instruction Number 5000.66, Operation of the Defense Acquisition, Technology, and Logistics Workforce Education, Training, and Career Development Program, dated 21 December 2005. 2.5. AT&L Workforce Desk Guide dated 10 January 2006. 2.6. HQ USACE Directorate of Contracting (DOC), Procurement Instruction Letter (PIL) 2007-05, Policy for Issuance of Contracting Officer Warrants. 3. ORGANIZATION STRUCTURE ( See Attachment) 4.0 TASK TO BE PERFORMED 4.1 System Modernization There have been recent changes in USACE Contracting Community of Practice which has resulted in a transformation of the contracting infrastructure and contracting business processes. New policy and procedures for the issuance of warrants for Contracting a nd Grant Officers coupled with changes in the education, training and experience requirements has generated the need to implement an automated warrant management system to support for different level of warrants/grants and monetary authority. The existing Warrant Management System developed by Universolutions, LLC needs to be updated to meet the latest requirement of USACE National Contracting Organization. This requires several new features to be added in the system. The modernization to WAM SA should incorporate new requirements generated from the reorganization of the contracting office. With different level of warrants and requirements for education, training and experience, the system needs modernized to reflect new requirements for educat ion, training and experience in order to check if minimum requirements are met for the Warrant. 4.2 Reports Development New reports need to be added into the system. This includes both detail and summary reports. Detail reports should provide reports with detail information on warrants, warrant status, list of individual with warrants by district etc. The summary reports should include total warrants, number of warrant approval for each district, total termination, etc. 4.3 Transfer of Historical Data Every year there are hundreds of warrant request from all USACE district/center offices, DMEA and HECSA. There are several hundreds of historical data that need to be transferred to the system. Warrant data for many of the districts are stored in an MS E xcel format. These data needs to be transferred to the Warrant Management System. 4.4 Test and update The system needs to be tested thoroughly. The test results should be analyzed. The system should be updated based on feedback received from the test involving both technical and user personnel. 4.5 Security The current system allows a user to register and use the system. A user verification module needs to be added in the system so that prior to allowing the user directly into the system, verification needs to be done. Users account should be activated onl y after completing the verification. This is a role based system where accessibility should be assigned based on the roles. Each division/district should be allowed to view data of their division/district only. Contractor officers requesting warrant sho uld have access to only their warrant data. The system should have SSL of 128-bit encryption for data transfer. 4.6 Deployment Once the Warrant Management System is tested and ready for deployment, it needs to be deployed at CEEIS Central Processing Center (CPC) network located in Vicksburg, MS. A deployment document is required to ensure proper installation and configuration of the system. 4.7 Training A hands-o n training needs to provide to the users of the system prior to deploying the system. An easy step-by-step training manual needs to be developed. 4.8 Documentation A user manual needs to be developed. This should be simple and easy to understand. A deployment document outlining the details of installation and configuration of the system should also be developed. A training manual which helps in providing user trai ning should be developed and made available to the users. 4.9 Maintenance Support During the contract year, a maintenance support plan is needed in order to ensure the system is functioning properly. 4.10 System Requirement The system should be developed in .Net 2.0 Platform with SQL Server 2007 and IIS server. 5. DELIVERABLES AND PAYMENT SCHEDULES 5.1. Administration Deliverables The contractor shall participate either physically or via telephone in biweekly project meetings for the duration of this work. A Project Status Report and monthly process schedule will be submitted no later than five (5) working days after the end of the month as follows: 5.1.1. One copy shall be furnished to the Project Manager (COTR) 5.1.2. One copy shall be furnished to the COR. 5.1.3. One copy shall be furnished to the KO for the Official Contract File. 5.1.4. As a minimum, the monthly report shall contain a discussion, by task, detailing all major accomplishments, problems, and listing of next steps, resources utilization, products and services delivered during the invoiced period. 5.2. System Modernization - Deliverables for Section 4.1 5.2.1. System code, database script and procedures 5.3. Report Development - Deliverables for Section 4.2 5.3.1. Reports identified by USACE during requirement analysis phase and updated Business Process. 5.4. Transfer of historical data - Deliverables for Section 4.3 5.4.1 Data converted to meet system requirement. 5.5. Test and Update - Deliverables for Section 4.4 5.5.1. Fully tested system with test feedback incorporated to improve functional application. 5.6. Security - Deliverables for Section 4.5 5.6.1. Secured system with system accessibility and authentication as per USACEs requirements. 5.7. Deployment - Deliverables for Section 4.6 5.7.1. Assistance in system deployment. 5.8. Training - Deliverables for Section 4.7 5.8.1. Provide technical and user training with supporting training documents. 5.8.2. Administrator training documents in Word or PowerPoint format. 5.9. Documentation - Deliverables for Section 4.8 5.9.1. Submission of major documents 5.9.2. Technical Manual 5.9.3. System Deployment Document 5.10. Maintenance and Support - Deliverables for Section 4.7 5.10.1. Technical and user support as need for an initial period of approximately 3 months. 6. CONTRACTOR FURNISHED ITEMS The contractor shall maintain qualified professional and technical staff and all materials necessary to complete the project 7. GOVERNMENT FURNISHED ITEMS The Government will provide facilities for the conduct of meetings and other forums. The Government will provide access to all Government documents, people and facilities relative to the success and completion of deliverables specified in this SOW. 8. REPORTING REQUIREMENTS a. Oral and written reports as required by the COR. b. A final report summarizing the work performed and the results and conclusions derived shall be submitted to the COR within thirty days after the end of each establish phase of the contract period of performance. 9. QUALIFICATION REQUIREMENTS The consultant/analyst selected for the performance of this statement of work must have necessary experience and qualification to satisfy this requirement. 10. PLACE AND PERIOD OF PERFORMANCE, WORK DAYS AND TRAVEL a. Place of Performance: Except for the travel listed in paragraph 7.d. below, the pl ace of performance of these services shall primarily be performed either at the contractor's facilities in Metropolitan Washington, DC, or at the HQ USACE. b. Period of Performance: The period of performance shall be from the effective date of the contract through the following 12 months. c. Weeks (52): An estimate of 30 weeks is required for system development, 9 weeks for system deployment and 13 weeks of system maintenance and support services. d. Travel: Trips are contemplated as follows: Four 2-day trips to conduct training at 4 locations to include a trip to CEEIS Central Processing Center (CPC) by the Project Manager if needed. 11. RESTRICTIONS There is no known existing or potential conflicts of interest associated with this task. 12. SECURITY CLEARANCE None required; the effort is unclassified. Any contractor personnel, whose duties require accessing any portion of the Corps Information Technology infrastructure, shall possess no less than a US Government Secret clearance, unless a waiver can be obtain ed. 13. CONTRACT MANPOWER REPORTING CLAUSE. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontract or manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://cmra.army.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, iden tity of contractor employee entering data; (5) Estimated direct labor hours (including subcontractors); (6) Estimated direct labor dollars paid this reporting period (including subcontractors); (7) Total payments (including subcontractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information; (11) Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and subcontractor employees deploye d in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to e xceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transf er is a format for transferring files from a contractors systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the w ebsite. Attachment A (Contract Manpower Reporting Worsheet.doc) will be provided to each contractor as part of the applicable solicitation or contract and is considered part of this clause. 16. RELEVANCE This modernization project will enhance the level of support to USACE Directorate of Contracting, three Principal Assistants Responsible for Contracting (PARC), Re gional Contracting Offices (RCO) and District Contracting Chiefs (DCC) in their efforts to successfully execute the contracting mission and the overall quality of contract support to the District. 17. CAPABILITY STATEMENT USACE does not have the necessary in-house capability to perform the work specified in the statement of work. NOTE: The initial concept design for the Warrant Management System was performed by Universolutions for the USACE in FY02 (DACW72-02-P-0117 ATTACHMENT A CONTRACT MANYEAR REPORTING WORKSHEET GOVERNMENT SUPPLIED INFORMATION: 1. Period of performance: Beginning and ending dates covered by reporting period 2. MACOM UIC: 3. Requiring Activity UIC: Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this info rmation 4. Federal Service Code: Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different) 5. Contracting Office Contact data: Contract number, including task and delivery order number 6. Contracting Officer Representative/Technical Representative contact data: 7. AMSCO: 8. Element of Resource (EOR): 9. Department: 10. Operating Agency (OA): 11. Basic Symbol: 12. FY Dollars: 13. Total Obligation: CONTRACTOR OR SUBCONTRACTOR SUPPLIED DATA: 1. Period of performance within reporting period: Beginning and ending dates covered by reporting period 2. Contractor contact information: Contractor name, address, phone number, e-mail address, identity of contractor employee entering data 3. Total Payment: (including subcontractors) 4. Direct labor hours: (including subcontractors) 5. Direct labor dollars: (including subcontractors) 6. Contractor/Subcontractor data entry flag: 7. Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website) 8. Presence of deployment or contingency contract language; and (13) Number of contractor and subcontractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total c ost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year Comment: (Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure website without the need for separat e data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website) 1
 
Record
SN01414715-W 20070924/070922223408 (fbodaily.com)
 
Source
FedBizOpps 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  © 1994-2020, Loren Data Corp.