Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2015 FBO #4983
SOLICITATION NOTICE

R -- GCSS-ARMY INTEGRATION AND SUSTAINMENT INFORMATION SYSTEMS SUPPORT

Notice Date
7/14/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
National Guard Bureau, Contracting Support, ATTN: NGB-AQC, 1411 Jefferson Davis Highway, Arlington, VA 22202-3231
 
ZIP Code
22202-3231
 
Solicitation Number
W9133L-15-R-0113
 
Response Due
8/14/2015
 
Archive Date
9/13/2015
 
Point of Contact
Luis Aguinaga, 703-604-8674
 
E-Mail Address
National Guard Bureau, Contracting Support
(luis.f.aguinaga-rosero.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for NON-Commercial Items. This announcement constitutes the only solicitation, proposals are being requested and a written solicitation will not be issued. The United States Army National Guard (ARNG) intends to procure Contractor-provided non-commercial services for Sustainment Information System Software Engineering Technical Assistance (SETA) Support, and Global Combat Support Systems (GCSS-Army) Transformation and sustainment assistance. The contractor shall provide Software Engineering and Technical Assistance (SETA) for the following areas that are being consumed by GCSS-Army overtime and Sustainment Information Systems that will not be consumed by GCSS-Army. Standard Army Maintenance System - Enhanced (SAMS-E) Property Book Unit Supply (PBUSE) and PBUSE AIT Unit Level Logistics Aviation(ULLS-AE) Sustainment System Mission Command (S2MC) Automated Movement Identification Solutions (AMIS) Automated Information for Movements System II (TC-AIMS II) Radio Frequency In-Transit Visibility (RF-ITV) The ARNG is in the process of fielding GCSS-Army with current milestones established by Department of the Army (DA) G-4, and Product Manager (PdM) GCSS-Army. GCSS-Army will provide inoperability, facilitate integration, and promote data sharing across the spectrums of logistics including; property book, supply, maintenance, procurement, distribution, warehouse, inventory, and tactical finance. During the extended delivery of GCSS-Army, the ARNG requires SETA assistance for current Sustainment Information Systems that are being consumed and systems that are indirectly affected by the GCSS-Army deployment. As logistics systems are modernized, the contractor will work closely with the ARNG Logistics Division ILS-S to ensure that the GCSS-Army transition is coordinated, achievable, and communicated. Additionally, assist with ARNG unique business processes be designed and mapped within the SAP Commercial Off the Shelf (COTS) software into GCSS-Army. This includes business process identification, blueprinting, mapping and transitioning the ARNG's unique material management, property accountability, training sets, and maintenance activities into GCSS-Army. The contractor will also support the ARNG efforts in the fielding of GCSS-Army to include providing organizational change management briefs to the units; guidance in data cleansing/alignment, DODAAC alignment, migration, and validation process; provide fielding planning management that is updated with the PdM GCSS Army's changing schedule. The contractor shall assist with the new equipment training (NET) process, the conversation process, assist during post go-live events, and assist in the establishment of sustainment training at the Installation, Logistics, and Environmental Training Center (IL&E TC) located at the Professional Education Center in Little Rock, Arkansas. As the project progresses from development through fielding, the contractor shall be the primary support for ensuring ARNG business processes are captured in GCSS-Army. The contractor will also be instrumental in supporting the ARNG organizational change management process using progressive methods, preparing data for migration, data migration, Force Element alignment, DODAAC alignment, fielding, and training (both initial and sustainment) for GCSS-Army. The contractor shall sustain and maintain the operational assessment and continuous evaluation. The priority and primary focus of this contract is to identify and recommend effective courses of actions to ensure ARNG policies and business processes are part of the total Army solution and to transition from the current systems to GCSS-Army in a seamless manner while ensure that current Sustainment Information Systems are being maintained. All Contractor individual(s) supporting the contract must have and maintain the required security clearance level throughout the contract period of performance. Interested parties must be registered in The System for Award Management (SAM) to be eligible to receive a government contract. Registration information can be obtained at the sam.gov website. This acquisition is a non-commercial full and open competition and provides competition among all Businesses utilizing the evaluation method in the Source Selection Procedures. The applicable North American Industry Classification Systems Code for this effort is 541990. Firm Fixed Price (FFP) and Cost Type CLINs (for Travel) will be awarded for a one (1) 4 months Base and four (4) option ordering periods (years). The award date is anticipated for 29 September 2015. The total contract maximum (for all Task Orders awarded) is approximately $19 Million. Award will be made on the basis of the evaluation method specified in the source selections process documents. Proposals will first be reviewed to include the Factors and Sub factors detailed in such document. All Parties interested in this action are invited to access and monitor the FEDBIZOPPS site all documents related to this acquisition are available to download at the above website. No paper copies of the RFP will be provided and no mailing list will be maintained because the acquisition will be posted on the above website. Any questions related to this notice and resulting solicitation must be provided in writing. No telephone inquiries will be accepted. To submit a response the Vendor must provide the CAGE Code. Your company must be registered and current in the System for Award Management (SAM) in order to submit bids/proposals on ASFI. Please be advised that hard copies of the solicitation will not be made available. Place of Performance: The work to be performed under this contract will be performed in various areas within the 50 States, the District of Columbia, and the US Territories. The contractor is required to maintain off-site locations Contracting Office Address: NGB-ZC-AQ-A 111 SOUTH GEORGE MASON DR, BLDG 2, 4TH FLOOR, ARLINGTON VA 22204-1373
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA90/W9133L-15-R-0113/listing.html)
 
Place of Performance
Address: National Guard Bureau, Contracting Support ATTN: NGB-AQ, 111 S. GEORGE MASON DRIVE, BLDG 2, 4TH FLOOR Arlington VA
Zip Code: 22204-1373
 
Record
SN03796411-W 20150716/150714235614-22a3f66b3361d0f9697f385cf9442a41 (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.