Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2015 FBO #4831
MODIFICATION

D -- Army Food Management Information System (AFMIS)

Notice Date
2/13/2015
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
ACC-APG - Aberdeen Division E, 6001 COMBAT DRIVE, Aberdeen Proving Ground, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W56JSR15R0005
 
Response Due
2/13/2015
 
Archive Date
4/14/2015
 
Point of Contact
Adriana Viveros-Underdue, 4438614870
 
E-Mail Address
ACC-APG - Aberdeen Division E
(adriana.d.underdue.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Government anticipates entering into a Small Business Set-Aside contract, consisting of one (1) twelve (12) month base period and two (2) twelve (12) month option periods, totaling an estimated $8.3 Million, for non-personnel 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 (no fee) for travel and other direct costs (ODCs). AFMIS is the management information system that supports the Army food program. CECOM SEC-EISD Legacy Logistics Division, Food Systems Branch has had the AFMIS sustainment mission since AFMIS was fielded in 1989. AFMIS is operational at Army installations, U.S. Army Reserve centers, and Army National Guard armories worldwide. AFMIS is currently operational at 65 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 450 Active Army dining facilities, and at about 3,500 Army Reserve and 2,500 National Guard units. 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 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 software engineering, system administration, testing support, configuration management, user support, and program/project management. 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 location 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. CONUS locations include any Army installation, U.S. Army Reserve center, and Army National Guard armory in the CONUS at which AFMIS is operational. OCONUS locations include Hawaii, Japan, Europe, Afghanistan, and South Korea. This requirement will result in the release of a solicitation (W56JSR-15-R-0005) totally set-aside for Small Business concerns. The North American Industry Classification System (NAICS) Code for this requirement is 541519. In order to be determined a small business concern under NAICS 541519, a business must not have more than an average of $27.5 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 cost-reimbursement contract. DFARS Clause 252.242-7006, quote mark Accounting System Administration quote mark, states quote mark The Contractor shall establish and maintain an acceptable accounting system. quote mark An acceptable accounting system is defined in that clause. This requirement must be satisfied prior to contract award. The Government recommends that if your company does not have an accounting system that was determined to be acceptable in accordance with DFARS 242.75 and DFARS Clause 252.242-7006, that your company attempt to obtain evidence of an acceptable accounting system as soon as possible. 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. The highest level of facility clearance required for the contractor to perform on this effort is NONE. The highest level of classified material the contractor will be required to safeguard at its own facility is NONE. A National Agency Background Check with Inquiries (NACI) shall be required for all Contractor personnel. The contractor will require access to For Official Use Only (FOUO) Information. The contractor will have Sensitive IT Duties. Contractor personnel performing Sensitive IT Duties are subject to investigative and assignment requirements IAW AR 25-2, AR 380-67, DoD 8570.0, and affiliated regulations. Antiterrorism (AT) AT Level I Training: This provision/contract text is for Contractor employees with an area of performance within an Army controlled installation, facility or area. All Contractor employees, to include subcontractor employees, requiring access to Government installations, facilities and controlled access areas shall complete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The Contractor shall submit certificates of completion for each affected Contractor employee and subcontractor employee, to the COR or to the Contracting Officer if a COR is not assigned, within 30 calendar days after task order award for all employees and subcontractor personnel. AT level I awareness training is available at the following website: https://Jkodirect.jten.mil. AT Awareness Training for Contractor Personnel Traveling Overseas: This standard language text requires US based Contractor employees and associated sub-Contractor employees to make available and to receive Government provided area of responsibility (AOR) specific AT awareness training as directed by AR 525-13. Specific AOR training content is directed by the combatant commander with the unit ATO being the local point of contact. iWATCH Training: This standard language is for Contractor employees with an area of performance within an Army controlled installation, facility or area. The Contractor and all associated sub-Contractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance with the results reported to the COR NLT 30 calendar days after contract award. http://www.myarmyonesource.com/familyprogramsandservices/iwatchprogram/default.aspx Information Security (INFOSEC) Access and General Protection/Security Policy and Procedures: This standard language text is for Contractor employees with an area of performance within an Army controlled installation, facility or area. Contractor and all associated sub-Contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by Government representative). The Contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by DoD, HQDA and/or local policy. Should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in Contractor security matters or processes. For Contracts That Require Handling or Access to Classified Information: Contractor shall comply with FAR 52.204-2, Security Requirements. This clause involves access to information classified quote mark Confidential, quote mark quote mark Secret, quote mark or quote mark Top Secret quote mark and requires Contractors to comply with- (1) The Security Agreement (DD Form 441), including the National Industrial Security Program Operating Manual (DoD 5220.22-M); any revisions to DoD 5220.22-M, notice of which has been furnished to the Contractor. Operations Security (OPSEC) Contracts that involve sensitive/critical information will require an OPSEC Plan. The contractor shall request the organizational OPSEC Plan within seven (7) days of contract award. The OPSEC Plan will include the Government's critical information, why it needs to be protected, where it is located, who is responsible for it, and how it shall be protected. For Contracts that require OPSEC Training: Per AR 530-1, Operations Security, new Contractor employees must complete Level I OPSEC training within 30 calendar days of their reporting for duty. All Contractor employees must complete annual OPSEC awareness training. Information Assurance (IA) Contractor Employees Who Require Access to Government Information Systems: All Contractor employees with access to a Government info system must be registered in the ATCTS (Army Training Certification Tracking System) at commencement of services, and must successfully complete DoD Information Assurance Awareness prior to access to the IS and then annually thereafter. For Information assurance (IA)/information technology (IT) training: All Contractor employees and associated sub-Contractor employees must complete the DoD IA awareness training before issuance of network access and annually thereafter. All Contractor employees working IA/IT functions must comply with DoD and Army training requirements in DoD 8570.01, DoD 8570.01-M and AR 25-2 within six months of employment. For information assurance (IA)/information technology (IT) certification: Per DoD 8570.01-M, DFARS 252.239.7001 and AR 25-2, the Contractor employees supporting IA/IT functions shall be appropriately certified upon contract award. The baseline certification as stipulated in DoD 8570.01-M must be completed upon contract award. All DoD contractors must understand and comply with policy and guidance to protect classified information and controlled unclassified information (CUI). Classified information shall be processed only on information systems approved for use at the required level of classification. A spillage occurs whenever classified information or CUI is transferred onto an information system not authorized for the appropriate security level or not having the required controlled unclassified information (CUI) CUI protection or access controls. Contractors responsible for a willful or negligent spillage of classified information shall pay enterprise service providers for the associated cleanup costs across the enterprise to restore the affected network or networks to a normal operating configuration. For Contractors Authorized to Accompany the Force: DFARS Clause 252.225-7040, Contractor Personnel Authorized to Accompany U.S. Armed Forces Deployed Outside the United States. The clause shall be used in solicitations and contracts that authorize Contractor personnel to accompany US Armed Forces deployed outside the US in contingency operations; humanitarian or peacekeeping operations; or other military operations or exercises, when designated by the combatant commander. The clause discusses the following AT/OPSEC related topics: required compliance with laws and regulations, pre-deployment requirements, required training (per combatant command guidance), and personnel data required. For Contract Requiring Performance or Delivery in a Foreign Country: DFARS Clause 252.225-7043, Antiterrorism/Force Protection for Defense Contractors Outside the US. The clause shall be used in solicitations and contracts that require performance or delivery in a foreign country. This clause applies to both contingencies and non-contingency support. The key AT requirement is for non-local national Contractor personnel to comply with theater clearance requirements and allows the combatant commander to exercise oversight to ensure the Contractor's compliance with combatant commander and subordinate task force commander policies and directives. 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 contract complete all ongoing and mandated traditional security, file management, and 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; DoD 8570.01-D, Information Assurance Training, Certification and Workforce Management and the most current US Army IA Training Best Business Practice (BBP); - Appropriate operating system certification for information assurance technical positions as required by DoD8570.01-M and the most current US Army IA Training Best Business Practice (BBP). The current contract is W15P7T-12-C-C913. The incumbent is SAWTST, LLC, 401 Westpark Crt, Suite 100, Peachtree City, GA 30269-3572. The Government anticipates releasing a solicitation, W56JSR-15-R-0005, on 27 February 2015. The anticipated award date of the resulting contract is 18 May 2015. *These dates are Government estimates and are not definitive. This synopsis is provided for informational purposes and is not to be considered a request for proposal (RFP). However, all responsible sources may submit a proposal, which shall be considered by the agency WHEN THE FINAL RFP IS POSTED. Solicitation Number W56JSR-15-R-0005 is assigned for reference purposes. All parties interested in doing business with The United States Army Contracting Command - Aberdeen Proving Ground (ACC-APG) are invited to access, operate, send, and receive information from the Army Single Face to Industry (ASFI) at https://acquisition.army.mil/asfi. A pre-solicitation conference is not planned. A draft solicitation may be posted on the ASFI website. The final solicitation will be posted on the ASFI website in order to provide the opportunity for all small businesses to propose. Questions and/or concerns regarding this synopsis shall be directed to Mrs. Adriana Underdue, Contract Specialist, via email at adriana.d.underdue.civ@mail.mil AND to Mr. Matthew R. Marx, Contracting Officer, via email at matthew.r.marx.civ@mail.mil. Any questions must be presented to the Contract Specialist and Contracting Officer via e-mail no later than 13 February 2015. Contracting Office Address: ACC-APG (C4ISR), HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROUND, MD 21005-1846 Place of Performance: 401 First ST Fort Lee, Virginia 23801 Point of Contact(s): Adriana Underdue, 443-861-4870 ACC-APG (C4ISR)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c8f8da89edf88aef2bb2eb3a627f645b)
 
Place of Performance
Address: ACC-APG - Aberdeen Division E 6001 COMBAT DRIVE, Aberdeen Proving Ground MD
Zip Code: 21005-1846
 
Record
SN03642983-W 20150215/150213235317-c8f8da89edf88aef2bb2eb3a627f645b (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.