Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2011 FBO #3634
SPECIAL NOTICE

D -- The United States Army Contracting Command - Aberdeen Proving Ground, 21005 intends to procure systems support of the U.S. Army Food Management Information System (AFMIS).

Notice Date
11/4/2011
 
Notice Type
Special Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
ACC-APG (C4ISR), HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T12RC913
 
Archive Date
11/3/2012
 
Point of Contact
Jared Dawson, 443-861-4863
 
E-Mail Address
ACC-APG (C4ISR)
(jared.dawson1.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Government anticipates an estimated $9.8 Million contract, consisting of one (1) twelve (12) month base period and two (2) twelve (12) month option periods, for Contractor-provided services in support of the Software Engineering Center (SEC) Tactical Logistics Directorate (TLD) Army Food Management Information System (AFMIS). The resulting contract will be Cost-Plus-Fixed-Fee (CPFF) Term for labor services and Cost Reimbursement (CR) for travel, materials, equipment, and supplies. AFMIS is the management information system that supports the Army food program. First fielded in 1989, the AFMIS is operational at 53 Army installations, U.S. Army Reserve centers and Army National Guard armories worldwide. AFMIS provides automation support of menu planning, meal production, ordering and receipting food, financial accounting, headcount and capital asset reporting, inventory control, contract quality assurance, and personnel accountability, at Army dining facilities, field kitchens, and subsistence supply activities. AFMIS interfaces with the Subsistence Total Order and Receipt System and the Defense Finance Accounting Service (DFAS) to provide financial accountability of Army food inventories. AFMIS includes an automated headcount service which allows for diner entitlement verification and payroll deduction for meals via the common access ID card. AFMIS is currently operational at 53 Active Army installations in troop issue subsistence activities, food program management offices, and dining facilities. Each installation has one subsistence supply activity and one food program management office. AFMIS is also operational in about 500 Active Army dining facilities and at about 1,700 Army Reserve and National Guard units. AFMIS includes a decision support system (DSS) available to food program managers and logisticians at all levels of Command. AFMIS is a centralized Web-based system with separate subsystems concurrently running and interfaced together on the same platform but with separate databases. AFMIS consists of Dining Facility Operations (DFO), Troop Issue Subsistence Activity (TISA), Food Program Management (FPM), and Automated Head Count (AHC) subsystems. Support for AFMIS, includes work associated with software sustainment, customer support, system installation and on-site support. Government facilities will be provided for this effort at Ft. Lee, VA. The contractor in support of this requirement will utilize these facilities as the primary locations for management, system, software engineering and software maintenance work. Occasionally support including training, sustainment, and upgrades are needed at both Continental United States (CONUS) and Outside Continental United States (OCONUS) locations on a temporary duty (TDY) basis as required. CONUS locations include but are not limited to any Army installation, U.S. Army Reserve center, and Army National Guard armory in the CONUS that AFMIS is operational at. OCONUS locations include but are not limited Hawaii, Japan, Europe, Afghanistan, and South Korea. This requirement will result in the release of a solicitation totally set-aside for Small Business concerns. The North American Industry Classification System (NAICS) Code for this requirement is 541511. In order to be determined a small business concern under NAICS 541511, a business must not have more than an average of $25 million in annual receipts as defined in 13 C.F.R 121.104. In order to be determined as a responsible small business concern, the business must have an adequate accounting system for determining costs applicable to the resulting contract. If a responsible small business concern is unable to perform all of the requirements identified in the solicitation that we anticipate releasing, they are encouraged to team/partner with businesses that are capable of performing the requirements that they are not capable of providing. In accordance with FAR 52.219-14, Limitations of Subcontracting, under a total small business set-aside, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the small business concern. The following security requirements apply to the anticipated solicitation: All contractors must possess an Information Assurance Certification level (platforms and products) commensurate with the privileges required by the work they are to perform. All contractors will possess the appropriate Information Assurance Certification level (platforms and products) prior to beginning work on the project. All contractors will be required to be in compliance with DFARS 252.239-7001, Information Assurance Contractor Training and Certification. Contractors shall ensure that personnel accessing information systems have the proper and current information assurance certification to perform any information assurance or privileged access functions in accordance with DoD 8570.01-M, Information Assurance Workforce Improvement Program before they access or are granted access to any Army or DoD information technology resource, mission application, or computing system. All Contractor personnel shall complete annual information assurance awareness training and security training and maintain a record of that training in the Total Employee Development (TED) system and Army Training and Certification Tracking System (ATCTS). All contractors will be required to ensure that all of their personnel working this task order complete all ongoing and mandated traditional security, file management, information assurance training to include computing environment training and certification and operational security training. All contractors will be required to meet the applicable information assurance certification requirements, including: -DoD-approved information assurance workforce certifications appropriate for each category and level as listed in the current version of DoD 8570.01-M; and the most current US Army IA Training Best Business Practice (BBP). -Appropriate operating system certification for information assurance technical positions as required by DoD 8570.01-M and the most current US Army IA Training Best Business Practice (BBP). The current contract/task order is FA8222-05-D-0004/0008. The incumbent is Dynamics Research Corporation (DRC). The Service Contract Act applicable. The Government anticipates releasing a solicitation on 21 November 2011. The anticipated award date of the resulting contract is 01 February 2012. The Government anticipates a thirty (30) day phase in period that is expected to begin on 01 March 2012. The contract start date will be 01 April 2012. This synopsis is provided for informational purposes and is not to be considered a request for proposal. However, all responsible sources may submit a proposal, which shall be considered by the agency when the final RFP is posted. Solicitation Number W15P7T-12-R-C913 is assigned for reference purposes. The United States Army Contracting Command - Aberdeen Proving Ground (ACC-APG) has established the Federal Business Opportunities (FEDBIZOPPS) website as part of the Army's Single Face to Industry, to allow electronic posting of Solicitation for Request for Proposals (RFP) Request for Quotations (RFQ) and Invitation for Bids (IFB) from Industry. All parties interested in doing business with The United States Army Contracting Command, are invited to access, operate, send and receive information from the FEDBIZOPPS at https://www.fbo.gov/. A pre-solicitation conference is not planned. A draft solicitation will be posted. Questions and or concerns regarding this synopsis shall be directed to Mr. Jared Dawson, Contract Specialist, via phone (443) 861-4863 or email jared.dawson1.civ@mail.mil. The Contracting Officer for this acquisition is Mrs. Suanne Coonrad, via email suanne.m.coonrad.civ@mail.mil. Any questions must be presented to the Contract Specialist via e-mail no later than 19 November 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/759dc034a547788184d64b33c7f730b0)
 
Record
SN02618206-W 20111106/111104234020-759dc034a547788184d64b33c7f730b0 (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.