Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2010 FBO #3079
SOLICITATION NOTICE

R -- Digital Training Management System (DTMS) capability and cost benefit (CCB) analysis

Notice Date
4/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Fort Leavenworth DOC (W91AF4), 600 Thomas Avenue, Unit 3, Fort Leavenworth, KS 66027-1417
 
ZIP Code
66027-1417
 
Solicitation Number
W91QF4-10-Q-0012
 
Response Due
6/10/2010
 
Archive Date
8/9/2010
 
Point of Contact
Chris Eischen, (913)684-1635
 
E-Mail Address
Fort Leavenworth DOC (W91AF4)
(christopher.eischen@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this acquisition is W91QF4-10-Q-0012. Quotes are being requested for the required items and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40. This acquisition is for the US Army Digital Training Management System (DTMS) capability and cost benefit (CCB) analysis and is a Total Small Business set-aside under NAICS code 541611 with a size standard of $7,000,000.00 dollars. The Organizational Conflict of Interest clause, in accordance with FAR Part 9.5, applies to this solicitation. As a condition of award under this solicitation, the awardee (to include the prime contractor and all subcontractors) will not be eligible for the subsequent award as a prime contractor or perform as a subcontractor on any contract that results from the assessments delivered to the government for a period of one fiscal year after the last fiscal year which the assessments address. For example, if the assessment contains recommendations on staffing levels ending in Fiscal Year 2015 (30 September 2015), then the restriction would end starting in Fiscal Year 2017 (1 October 2016). The following FAR and DFARS provisions and clauses are hereby incorporated into this solicitation: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items Alt 1 (offerors must submit an executed copy with their quotes); 52.219-6 Notification of Total Small Business Set-Aside. All vendors must have a current Central Contractor Registration (CCR). Section B - Supplies or Services and Prices The contractor shall enter the total amount in the area provided for each CLIN. CLIN 0001: Capability and Cost Benefit Analysis of the DTMS The contractor shall provide all labor and materials to perform the work in accordance with the Statement Of Objectives (enclosed). NET AMOUNT $----------------- CLIN 0002- Travel This Line Item only covers travel outside the Fort Leavenworth area. Travel between the contractors location and Fort Leavenworth is not reimbursable. The travel must be approved in advance by the Contracting Officers Representative (COR) and the travel will be reimbursed on an actual cost basis not to exceed Federal Travel Regulations. ESTIMATED COST $----------------- CLIN 0003- CONTRACTOR MANPOWER REPORTING Contractor shall comply with the Department of the Army's Contractor Manpower Reporting (CMR) requirement. See Section H Clause. NET AMOUNT $----------------- Statement Of Objectives (SOO) for the US Army Digital Training Mgt System (DTMS) capability and cost benefit (CCB) analysis- Background: The US Army Digital Training Mgt System (DTMS) provides the ability to plan, resource and manage unit and individual training at all levels. It compiles collective and individual tasks, weapons qualifications, Army Physical Fitness Tests (APFT), AR 350-1 mandatory training and deployment tasks. DTMS tracks training for approximately 1 million soldiers who have access to the system from all over the world. DTMS is built on the nFocus Trax Solutions Web Services API. The license authorizes the Licensee to use the Software only in object code format and does not grant any rights to source code. DTMS has been operational as the training management system since Sep 2004. DTMS has been designated as the mandatory training management system for the Army as of 11 Jan 2006. Subsequently, use of DTMS is anticipated to be expanded to include a minimal number of additional end user licenses for sister services. Scope: The government is seeking sources to conduct an analysis and provide recommendations as follows: a)Is there a viable open source replacement for nFocus Trax Solutions? The contractor shall provide 2-3 recommendations based on market research. The recommendations shall be provided in an information paper format of 5-10 pages in length, summarizing product capabilities, viability and identifying the best choice (technical exhibits are excluded from the page limitation). b)The contractor shall conduct a capability analysis between the best choice and nFocus Trax Solutions. The analysis shall consider core capabilites such as: i.Accessibility and usability ii.Installation/Integration with existing Customized Code iii.User Interface iv.Stability v.Performance vi.Support vii.Platforms for External Applications viii.Software development c)The capability analysis shall be prepared in an easy to read table format (10-20 pages) such as: Header - Software development CapabilitynFocusOtherNotes Driver Developmentwell documented programming interfacesFew working specification d)The contractor shall conduct a cost benefit analysis between the best choice and nFocus Trax Solutions. This shall be prepared in an easy to read table format (5-10 pages) with a summary in an information paper format of 3-5 pages summarizing the total costs against the total expected benefits of each. e)Upon completion of the capability and cost benefit analysis the contractor shall provide a recommendation as to whether to stay the course or make a change. The recommendation shall demonstrate neutrality, provide proof of the value of the recommended course of action both short term (1-3 years) and long term (3-10 + years). The government anticipates this project should take between 3-6 months to complete. Information paper format shall consist of 12 pitch font, single space within the specified page limitation of each requirement addressed above. Government Information and Access will be provided as follows: i.Historical Cost Data ii.General Specifications for TraxSolutions iii.Projected MSA Costs for the Next 5 Years iv.Initial License Agreement v.Historical Maintenance Agreements vi.System usage data vii.System Access to evaluate functionality and complexity viii.Additional third party integration software ix.Additional information as requested on a case by case basis Please view the attached SOO for a clean copy of the document. Section H - Special Contract Requirements LOCAL INSTRUCTIONS FOR CONTRACTOR MANPOWER REPORTING (CMR) ACCOUNTING FOR CONTRACTOR SERVICES a. 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 subcontractor manpower) required for performance of this contract. b. The contractor is required to completely fill in all the information in the format using the following web address https://contractormanpower.army.pentagon.mil. c. The required information includes: (1) Contracting Office, Contracting Officer, and 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, identity 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 web site); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and subcontractor employees deployed in theater this reporting period (by country). d. As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. e. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. f. Contractors may use a direct extensible Markup Language (XML) data transfer to the database server or fill in the Fields on the web site. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. Section L - Instructions, Conditions and Notices to Offerors Notice to Offerors: The following information is provided regarding this RFQ: Proposals must be received by the requiring office no later than 18 May 2010, 1:00 PM CDT. All quotes must be hard copy according to instructions for preparation and sent either by courier, USPS, or commercial carrier: For USPS: Mission and Installation Command-Fort Leavenworth ATTN: Chris Eischen 600 Thomas Ave. Unit 3 Ft. Leavenworth, KS 66027 For courier or commercial carrier (FEDEX, UPS, etc): Mission and Installation Command-Fort Leavenworth ATTN: Chris Eischen 535 Carney Building 338, Blockburger Terrace Ft. Leavenworth, KS 66027 All questions relating to this solicitation shall be submitted no later than 6 May 2010, 1:00 P.M. CDT. Questions may be emailed to Christopher.eischen@us.army.mil or sent in writing to: Mission and Installation Contract Command, ATTN: Chris Eischen, Contracting Specialist, 600 Thomas Ave, Ft. Leavenworth, KS 66027. Telephone inquiries will not be accepted. REQUEST FOR QUOTE INSTRUCTIONS 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. (End of provision) It is the Governments intention to award without discussions and based upon FAR Part 13, Simplified Acquisition Procedures. This contract will be based on Best Value to the Government with acceptable trade-offs. INSTRUCTIONS FOR PREPARATION OF QUOTES The overall quote shall consist of one package with the following items: * Technical Approach * Past Performance * Price All vendors shall submit a quote with the minimum content as specified herein. A quote without the minimum specified content will be considered nonresponsive. I. PREPARATION INSTRUCTIONS A. GENERAL REQUIREMENTS 1. Your quote shall be specific, complete and demonstrate your understanding of the requirement, as well as your potential for completing the requirement. Your quoted information shall be prepared simply, with explanations to satisfy the requirements of the Statement of Objectives. 2. At a minimum, these parts shall contain the information specified below. B. CONTENTS (Original and 2 copies) TAB 1: Technical Information. This section shall contain the major portion of your proposal. It shall be presented in as much detail as practical. The proposal shall demonstrate the Offerors overall understanding of the scope of the services required. The proposal shall contain a detailed narrative fully explaining how the Offeror intends to accomplish the tasks and deliver the required deliverables with minimum risk to the Government in terms of quality and time. TAB 2: Past Performance. The offeror shall include documentation regarding their relevant past performance as it directly relates to the work being procured under this solicitation. The offeror shall not go back any further than 36 months for the submitted data. The past performance data shall document a successful history of past contract performance. In the case of an offeror without any relevant past performance history, past performance will be evaluated as neutral. TAB 3: Price. The prices shall be submitted fully completed and error free. It shall contain the offerors prices for the established Contract Line Items (CLINS). The offeror shall provide the estimated cost (if any) incurred to comply with the Department of the Armys Contractor Manpower Reporting (CMR) requirement. Section M - Evaluation Factors for Award This is a firm fixed price, Best Value to the Government procurement. The Price proposal may be subject to price analysis. Proposals will be assessed for how well the Offerors proposal meets the solicitation requirements. The Government will award to the Offeror whose proposal offers the Best Value to the Government in terms of Factors 1-3 as stated below. It is the Governments intention to award without discussions. Offerors are encouraged to present their best technical proposal and prices in their initial proposal submission. Evaluation Factors and Rating Methodology The evaluation to determine acceptability will be based on a complete assessment of the Offerors proposal. Quotes shall be evaluated on the following factors, in accordance with (IAW) FAR 52.212-2 Evaluation-Commercial Items. All evaluation factors when combined are approximately equal to cost or price. Factor 1 - Technical Approach Factor 2 - Past Performance Factor 3 - Cost/Price Evaluation Factors Factor 1 Technical Approach: The Offeror shall demonstrate an understanding of the requirements within the Statement of Objectives (SOO). The proposal will be evaluated based on the proposed approach to perform the work. Factor 2 Past Performance: The Past Performance evaluation will assess the relative risks associated with an offerors likelihood of success in performing the solicitations requirements as indicated by the offerors record of past performance. Performance risk is assessed at the factor level after evaluating aspects of the offerors recent past performance and focusing on performance that is relevant to the services being procured under this solicitation. Factor 3 Cost/Price: Price analysis will be used to determine that the prices are fair, reasonable, and realistic in accordance with FAR 13.106-3. Price will not be assigned an adjectival rating or be scored. Rating Methods Factor 1 (Technical Approach) will receive one of the adjectival ratings defined below. Proposal risk is used to portray the evaluation of weaknesses in the offerors proposal. ADJECTIVAL RATING - DEFINITION Excellent - Excellent understanding of requirements and proposes an approach that significantly exceeds minimum requirements in a very beneficial manner to the Government. Proposal contains several significant strengths and other strengths. Proposal contains no identified deficiencies, significant weaknesses, or weaknesses. Excellent probability of success with very low degree of risk. Good - High quality in most respects and meets and in some instances exceeds minimum requirements in beneficial manner to the Government. Proposal contains some significant strengths and a few strengths. Proposal contains no deficiencies or significant weaknesses, and any identified minor weaknesses do not impact the probability of successful contract performance. Good probability of success with low degree of risk. Acceptable - Acceptable quality and meets minimum requirements necessary for acceptable contract performance. Proposal contains some strengths. Proposal contains no deficiencies or significant weaknesses, and any identified minor weaknesses do not impact the probability of meeting minimum requirements. Fair probability of success with low to moderate degree of risk. Marginal - A proposal that satisfies most but not all of the Governments requirements and fails to provide sufficient detail to demonstrate the feasibility of the proposed approach. The proposal contains numerous weaknesses (to include significant weaknesses) and/or some deficiencies, but the overall approach is sufficiently sound that the weaknesses and/or deficiencies may be corrected without a major rewrite of the proposal. The degree of proposal risk is moderate to high. Factor 2 (Past Performance) will be assigned one of the ratings defined below. An offeror whose proposal demonstrates no past performance will be rated Neutral. An award will not be made to any offeror who receives a Marginal or Poor past performance rating. Rating Description Excellent - Essentially no doubt exists that the offeror will successfully perform the required effort based on their performance record. Performance Risk Level: Very Low Good - Little doubt exists that the offeror will successfully perform the required effort based on their performance record. Performance Risk Level: Low Adequate - Some doubt exists that the offeror will successfully perform the required effort based on their performance record. Performance Risk Level: Moderate Marginal - Significant doubt exists that the offeror will successfully perform the required effort based on their performance record. Performance Risk Level: High Poor - It is extremely doubtful that the offeror will successfully perform the required effort based on their performance record. Performance Risk Level: Very High Neutral - The offeror has little/no relevant past performance upon which to base a meaningful performance risk prediction. Performance Risk Level: Unknown Definitions: Deficiency. A material failure of a proposal to meet a Government requirement or a combination of significant weaknesses in a proposal that increases the risk of unsuccessful contract performance to an unacceptable level. Strength. Any aspect of a proposal when judged against a stated evaluation criterion enhances the merit of the proposal or increases the probability of successful performance of the contract. Significant Strength. A significant strength appreciably enhances the merit of a proposal or appreciably increases the probability of successful contract performance. Weakness. A flaw in the proposal that increases the risk of unsuccessful contact performance. Significant Weakness. A flaw that appreciably increases the risk of unsuccessful contract performance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3d648d2bf83dae9b4898ce6c1050cefd)
 
Place of Performance
Address: Fort Leavenworth DOC (W91AF4) 600 Thomas Avenue, Unit 3 Fort Leavenworth KS
Zip Code: 66027-1417
 
Record
SN02134583-W 20100430/100428235042-3d648d2bf83dae9b4898ce6c1050cefd (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.