Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2008 FBO #2378
SOURCES SOUGHT

70 -- Sources sought notice to identify contractors capable of providing Case Management and Tracking System (CMTS) software.

Notice Date
5/29/2008
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, White Sands Missle Range, ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-CMTS
 
Response Due
6/6/2008
 
Archive Date
8/5/2008
 
Point of Contact
jenlinbrown, 505-678-5796
 
Small Business Set-Aside
N/A
 
Description
There is no solicitation available at this time. Requests for a solicitation will not receive a response. This Sources Sought Synopsis is in support of a market survey being conducted by White Sands Missile Range (WSMR), NM to determine potential small business, 8(a), veteran-owned small business, service-disabled veteran-owned small business, and HUB Zone small business sources technically capable and qualified to provide a Case Management and Tracking System to report and track Department of Defense (DoD) Labor and Employee Relations (LER) Cases at both Departmental and Component levels for the Civilian Personnel Management Services (CPMS). The potential contractor shall be required to provide an enterprise-wide, web-based tracking application that will provide an effective mechanism for all Components and Defense Agencies to manage and track all types of cases, a comprehensive repository for case information, on-line filing, electronic file management, and a full-featured report generation module to meet a variety of reporting requirements and program evaluation needs. The contractor shall provide commercial off-the-shelf software which provides an automated, web-based case management and tracking system and relational database to include a reports module. Any potential contractor, in consultation and approval of CPMS, shall purchase, configure, and deliver the necessary hardware for 24/7 access and operation of the System. The contractor needs to provide a user guide in the form of a web linked document and/or appropriate Help screens embedded in the systems functionality. The contractor shall provide a train-the-trainer (T3) session(s) to facilitate user understanding and maximize use of the System. The contractor, in consultation with CPMS, will develop materials necessary to market the availability and capability of the System to all user groups, leadership, and employees. Once this portion of the requirement is completed, consulting services and support will be required. The full range of consulting services required from the contractor has not been determined; however, CPMS anticipates that such services may include, but not limited to, the following: The contractor shall meet with the CPMS-identified user group to determine if and to what extent changes/configuration to the software system may be required to accommodate multiple DoD business rules and processes. At this point, CPMS plans to use the existing help desk support for the System, but the contractor shall be required to provide at least an 8-hour per day, 5 day per week (Monday Friday) window for receipt of technical support for DoD systems administrators. The contractor will also be expected to perform all systems maintenance and installation, testing and deployment of software upgrades. This contract will include one base year plus 4 option years. Except for initial hardware configuration, which may take place at a location of the contractors choosing, all other work under this delivery order as described above, will be performed at DoD CPMS Headquarters, Rosslyn, Virginia. The information and capabilities submitted by the vendors will be used to prepare a prospective offerors list and aid in acquisition strategy. Include any suggestions on what your firm would consider standard commercial practices. Also, indicate what type of company your business is (small business, 8(a), veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business etc.). Any information submitted by respondents to this Request for Information (RFI) is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this Sources Sought RFI. The Government requests interested offerors submit a profile of their qualifications that is normally provided to the general public. Again, participation in this effort is strictly voluntary with no cost or obligation to be incurred by the Government. The Government will in no way be bound to this information if a solicitation is issued. Should funding be made available for this potential requirement, a Request for Proposal (RFP) will be posted on this website. The North American Industry Classification System (NAICS) code for the potential acquisition is 511210. Any responses to this notice expressing interest in being considered for this proposed contract, should include the following: Company Name, Point of Contact, Address, Telephone and Fax numbers, E-mail address, Brief Description of the Company and Capabilities, List of previous experience in the relevant field, Business Size, DUNS number, Cage Code, and Tax ID Number. Notice to Potential Offerors: All offerors who provide goods or services to the DOD must be registered in Central Contractor Registration (CCR), as well as, the Wide Area Work Flow system (WAWF). A copy of the full Statement of Work can be acquired from Gloria Rios at the below e-mail address. All interested offerors should submit their information by mail to: Department of the Army, Attn: Gloria Rios, Building 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201 or Email to: gloria.i.rios@us.army.mil no later than 06 June 2008. Primary Point of Contact: Gloria I Rios Secondary Point of Contact: Lilia R. Smith Point of Contact(s): Gloria Rios, Contract Specialist, Phone 575-678-4968, Fax 575-678-4975, Email: gloria.i.rios@us.army.mil - Lilia R. Smith, Contracting Officer, Phone 575-678-2827, Fax 575-678-4975, Email: lilia.smith@us.army.mil Contracting Office Address: Department of the Army, Installation Contracting Command, Directorate of Contracting Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM, 88002-5201, UNITED STATES Place of Contract Performance: Department of Defense Civilian Personnel Management Services Headquarters, Rosslyn, Virginia, 22209-5144 UNITED STATES
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=589d39461f86b41434001439f0409947&tab=core&_cview=1)
 
Place of Performance
Address: Department of Defense Civilian Personnel Management Services Headquarters CPMS Headquarters Rossyln VA
Zip Code: 22209-5144
 
Record
SN01582892-W 20080531/080529221702-589d39461f86b41434001439f0409947 (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.