Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2015 FBO #4944
SPECIAL NOTICE

D -- Notice of Intent to Award a Sole Source Contract - ARFORGEN Synchronization Tool - United States Army Forces Command (FORSCOM)

Notice Date
6/5/2015
 
Notice Type
Special Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
MICC Center - Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W9124715R0022
 
Archive Date
6/4/2016
 
Point of Contact
Angelina Clements, 9109083465
 
E-Mail Address
MICC Center - Fort Bragg
(angelina.m.clements.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Mission and Installation Contracting Command (MICC) Center-Fort Bragg located at Fort Bragg, NC intends to award a sole source contract to ProModel Corporation, Inc., 7450 Windsor Ave., Suite 300, Allentown, PA. 18195 for functional support and maintenance of the ARFORGEN Synchronization Tool (AST) at Fort Bragg, NC. The anticipated period of performance is 1 July 2015 through 30 June 2016 with two (2) one-year option periods. The proposed contract action, for which the Government intends to solicit and negotiate with only one source under provisions of 10 U.S.C. 2304(d)(1)(B) as implemented by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. It is anticipated that the Government will award a Firm Fixed-Price (FFP) contract for this requirement. The associated North American Industry Classification System (NAICS) code is 541511 quote mark Custom Computer Programming Services quote mark with a size standard of $27.5M. Points of contact for this acquisition are the Contract Specialist, Ms. Angelina M. Clements, @ angelina.m.clements.civ@mail.mil or the Contracting Officer, Mrs. Rebecca G. Fentzke, @ rebecca.g.fentzke.civ@mail.mil. These services include but are not limited to the following: Execute software sustainment functions such as applying application patches that result from changes to existing functions, changes in the network or operating environment, or upon discovery of defects. Maintain system compatibility and ensure software operates on the Government's classified network (SIPRNET) and unclassified network (NIPRNET) within the domain's technical baseline. Maintain compliance with the security standards specified in the Army Networthiness (NW) Program (https://www.us.army.mil/suite/page/137030). Analyze and document data maintenance requirements to support the application. This includes identification and development of procedures for extracting and loading data from authoritative data sources and developing data maps to document and standardize data element usage. Discuss database design expertise to include creation of data models, scripts, tables, keys, and data views. Execute application enhancement functions. Examples include developing dashboards within the application for recurring tasks and key data elements; incorporating approval mechanisms within a workflow in conjunction with alert mechanisms notifying appropriate users of awaiting actions and/or conflicting implications in the workflow for respective roles; incorporating role-based rights for creating, reading, updating, and deleting functions within the application; creating tools within the application for data generation, analysis, and manipulation tasks that can be adjusted globally and/or individually and linked to other data sources or functions within the application. Perform quality assurance planning and testing of all products prior to release. Document system functionality and enhancements in a digital environment/medium that covers system administration, installation and configuration, and includes associated technical documents. This notice of intent is not a request for competitive proposals. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. In doing so, interested sources must submit technical capabilities, and other information that demonstrates their ability to meet the Government's needs. Detailed capabilities must be submitted to Ms. Angelina M. Clements via email at: angelina.m.clements.civ@mail.mil. This synopsis is not to be considered a Request for Quotation (RFQ) or Proposal. No solicitation document is available and telephone requests will not be honored. No contract will be awarded on the basis of offers received in response to this notice, but offers will be used to determine if a comparable source is available and more advantageous to the Government. If no affirmative written response is received within 4 days from the publication of this synopsis, a contract may be awarded to ProModel Corporation, Inc., located at 7450 Windsor Ave., Suite 300, Allentown, PA. 18195
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f2acc942998e8ebceb099a4d737e6a1a)
 
Record
SN03754919-W 20150607/150605234615-f2acc942998e8ebceb099a4d737e6a1a (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.