Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2016 FBO #5348
MODIFICATION

D -- Request for Information (RFI) for DoD Procurement Process Model Library (PPML)

Notice Date
7/13/2016
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Other Defense Agencies, OSD Defense Procurement & Acquisition Policy, OSD Defense Procurement & Acquisition Policy, 3060 Defense Pentagon, 3C958, Washington, District of Columbia, 20301-3060, United States
 
ZIP Code
20301-3060
 
Solicitation Number
DPAP-RFI-2016-06-23
 
Point of Contact
Rose Bartlett,
 
E-Mail Address
rosalind.m.bartlett.civ@mail.mil
(rosalind.m.bartlett.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
*****NOTICE HAS BEEN UPDATED TO EXTEND THE RESPONSE DATE/TIME TO JULY 14, 2016 AT 2:00 P.M. EDT***** Office of the Secretary of Defense - Acquisition, Technology, and Logistics Directorate for Defense Procurement and Acquisition Policy, Program Development and Implementation Procurement Process Model Library (PPML) Request for Information (RFI) THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY. IT IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE U.S. GOVERNMENT TO PROCURE ANY SERVICES, NOR DOES THE DOD INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION OR OTHERWISE PAY FOR THE INFORMATION SOLICITED. Overview of the Requirement and Purpose of the Notice The purpose of the Notice is to identify the availability of capable providers able to develop, implement, and/or manage an Office of the Secretary of Defense (OSD)-level Procurement Process Model Library (PPML). OSD, MILDEP Service-level personnel, and other Defense Agencies will use the PPML as a means of providing subscribers with the capability to: •View a large selection of proven process models. •Easily search for, find, and download the process models they want. •Personalize their searches for process models. •Efficiently register their process models using metadata tagging. •Access process models that they could not ordinarily find or afford. •Obtain the process models they wish to use (e.g., via unrestricted licenses). •Register or obtain process models more conveniently by allowing them to register, discover and download: oAnytime (i.e., 24 hours a day and 7 days a week). oAnywhere that the subscribers have access to the Internet (e.g., at home, at work, and while traveling). •Minimize risks associated with registering and downloading over the Internet. The procurement enterprise objectives for the PPML are to: •Maximize the reuse of process models developed at government expense to which the government has unlimited rights. •Minimize the costs of providing access to and reuse of existing process models •Encourage the improvement of existing process models. DPAP/PDI intends to award at least one firm-fixed price contract for this new activity as defined by Federal Acquisition Regulation (FAR) Part 16.202 with an Estimated Period of Performance of 12 Months with an Option for Renewal of 4 Years. This is not an invitation for bid, request for proposal or other solicitation, and in no way obligates the U.S. Department of Defense to award a contract. Request for Information Submission Information: All submissions shall be submitted by the closing date and time noted on page 1 of this notice. Submission via email is required; no hard copy delivery will be accepted. E-mail submissions shall be sent to rosalind.m.bartlett.civ@mail.mil. Interested parties must address the information requested below. All submissions must include Section I "Cover Page" and Section II "Capability Statement." Parties may also include Section III "Comments/Questions." Submissions shall use only 8.5-inch by 11-inch paper, single-spaced pages for all narrative documents, and each page must be numbered consecutively. Interested parties must use Times New Roman font size 12 or similar size typeset. I. Cover page with Business Information (1 page) •Company: Name, address, contact information •Point(s) of Contact: Name, title, phone number, address, email address •Statement of self-certification of business size and socio-economic status of the Vendor •Statement of the Vendor's DUNS II. Capability Statements (10 page limit) Businesses having the skills and capabilities necessary to perform this work should submit a response of no more than 10 pages in length. This page limitation includes any attachments. The Government will not review any information, including attachments, in excess of the 10 pages. Companies/Consultants should provide clear unambiguous evidence to substantiate their capability to fulfill any or all of these areas of work sought. Submissions must include: 1. Qualifications and Experience Summary that includes: •Company's/Consultant's qualifications in proposed areas; •List of up to three projects (completed within the last 4 years) that demonstrate the interested party's experience developing, implementing, and/or managing projects that contain all the requirements addressed in "Attachment 1 - Draft Standard Operating Procedure." Information for each project should include: oScope of work oTotal U.S. dollar value oPeriod of Performance oFunding Resource Organization •Experience/qualifications and structure of Company's/Consultant's management team •Experience/qualifications of key staff who will undertake proposed support services; and, 2. Reference List and Information Sheet: •Three references with contact information from previous clients who can provide feedback on previous performance in the same or related support service areas. III. Comments/Questions (if applicable) Comments and questions not to exceed two (2) pages will be accepted from all interested parties regarding the Standard Operating Procedure; however, the Government may not provide direct responses to this RFI. All comments and questions will serve to inform the Government on current market trends and further refine the Scope of Work requirements, recommendations on contract type, etc. Please note that any suggestions submitted may be used in any forthcoming solicitation, so please do not include any comments or questions in this section that are proprietary and that you do not intend to be used as such. Responses to questions will be included in any forthcoming Solicitation posting. IV. Industry Discussions DPAP/PDI may choose to meet with interested parties and hold one-on-one discussions. DPAP/PDI has reserved the time certain of July 18 from 11:00 AM to 1:00 PM, and July 19, from 3:00 PM to 5:00 PM. Additional times may be available on those days if needed. To be considered interested parties must submit Section I "Cover Page" and Section II "Capability Statement" as indicated above and indicate their availabilities for those days. Such discussions would only be intended to obtain further clarification of existing capabilities. THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY. IT IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE U.S. GOVERNMENT TO PROCURE ANY SERVICES, NOR DOES THE DOD INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION OR OTHERWISE PAY FOR THE INFORMATION SOLICITED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DPAP-EB/DPAP-EB/DPAP-RFI-2016-06-23/listing.html)
 
Record
SN04180698-W 20160715/160713234505-a496cc542c4b39dcdca9495253cb3f7a (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.