Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

Strategic Management System Support

Process Number W91CRB-21-SMS

USA

Dates:


Notice ID:

W91CRB-21-SMS

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

W6QK ACC-APG

Office:

W6QK ACC-APG

General Information:


All Dates/Times are:

(utc-05:00) eastern standard time, new york, usa

Updated Published Date:

(utc-05:00) eastern standard time, new york, usa

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

dec 02, 2021 04:00 pm est

Inactive Policy:

15 days after response date

Original Inactive Date:

dec 17, 2021

Initiative:
  • None***--***

Classification:


Original Set Aside:

total small business set-aside (far 19.5)

Product Service Code:

da10 - it and telecom it and telecom

NAICS Code:

541511 - custom computer programming services

Description:


Original Set Aside:

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY, which is being issued in accordance with (IAW) Federal Acquisition Regulation (FAR) 6.302-1 and DFARS PGI 206.302-1(d). This is not a solicitation/request for proposal and no contract shall be awarded from this request. There is no solicitation package available at this time. All interested parties should send responses and any comments/questions to Ms. Shelby Saum (Contractor, Legacy Mgmt), email: Shelby.a.saum.ctr@army.mil. All responses must be received NLT 4:00 p.m. Eastern Standard Time (EST) 02 December 2021. All questions and comments must be in writing; no telephone calls will be accepted. The Government will not pay for any information received in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized under Contract Opportunities Section of the SAM.gov website at https://sam.gov. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. Purpose: The Army’s Strategic Management System (SMS) Program Office, U.S. Army Office of Business Transformation (OBT), is responsible for providing the Army’s performance management solution, SMS, as well as providing software maintenance, administration of performance management software and supporting subject matter expertise in strategy and performance management of the SMS software and the companion web services tool. This Request for Information (RFI) is sought for Strategic Management Support Services at OBT for a period of twelve (12) months plus one twelve (12) month option period beginning in May 2022. The intent of this RFI is to gauge industry interest, capability and relevant experience, in non-customer specific terms, as it relates to providing this software and related support services in furtherance of OBT’s mission. To assist with the RFI submissions the draft Performance Work Statement (PWS) will be attached to this RFI. Contractors must be properly registered in the Government’s System for Award Management (SAM) database. SAM registration can be found at https://sam.gov. Business Size Standard: The North American Industrial Classification System (NAICS) code is 541511, Custom Computer Programming Services. The small business size standard is $30M. As part of the RFI response, please state if your company is a small business under this NAICS code. The Product Service Code for this requirement is DA10 – IT and Telecom - Business Application/Application Development Software as a Service. Industry Day: This acquisition will not have its own industry day. Estimated Dollar Value: Not to exceed $15M Estimated Period of Performance: Twelve (12) months with one twelve (12) month option period, beginning around May 2022. Place of Contract Performance: Work will be conducted via telework as well as on-site in Government-provided facilities in the Pentagon, Crystal City, National Capital Region (NCR), and other offices as designated throughout Northern Virginia. Contract Type: The current requirement is an Indefinite Delivery/Indefinite Quantity (ID/IQ) with Firm Fixed Price (FFP) task orders. Request for Information: Please respond to the following in Arial font size 12 in no more than 10 pages in length. 1. Point of Contact Information: Company: Address: Point of Contact: Phone Number: Email Address: CAGE Code: 2. Does your company have any Organization Conflicts of Interest? a. Describe the process used to complete an enterprise review across all businesses and affiliates to identify any governmental developmental work performed as either a prime or subcontractor. b. If there are any potential or actual OCIs in your company, you will be required to submit a full and comprehensive OCI mitigation plan when you respond to the request for proposal. At this time, briefly discuss your OCI mitigation plan which should address each actual or potential OCI. 3. Please identify your company’s size standard per the primary NAICS code of 541511, Custom Computer Programming Services, and the Small Business Size Standard of $30M. For more information on small business, refer to: https://www.sba.gov/document/support--table-size-standards. 4. If your company is a small business, indicate whether any of the small business categories below apply: 8(a): Small Disadvantaged Business (DB): Woman-Owned Small Business: Historically Underutilized Business Zone (HUBZone): Veteran-Owned Small Business: Service-Disable Veteran-Owned Small Business: 5. If you identify your company as a SB or any of the SB subcategories as stipulated in Question #2, is your company intending to submit a proposal as a prime contractor? 6. Is your company capable of performing at least 51% of the work? If so, please explain how your company will perform the work within the parameters of the Ostensible Subcontractor Affiliation rule. 7. Is your company prepared to assume financial liability for damages to Government equipment and property incurred as a result of your performance of work under this contract? Please explain. 8. Does your company possess the capabilities to provide the entire range of products and services discussed in this RFI? If NO, please provide specific capabilities that you intend to provide? 9. Please provide the following information for up to 3 examples of similar work that your company has performed as a prime or a sub-contractor: Contract number(s). Aggregate dollar value of entire contract. Aggregate dollar value of task orders as a prime or sub-contractor. Number of task orders as the prime or sub-contractor. Was this work similar in scope? 10. Is your company planning on business arrangements with other companies? If so, please list the process used in selecting the members. 11. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy the requirements above. Offerors are encouraged to identify teams, indicating each team member's size based upon the NAICS code of the work that the team member may be doing. 12. Does your company possess or is it capable of obtaining an approved Defense Contract Audit Agency (DCAA) accounting system prior to contract award? 13. All Contractor employees supporting classified task assignments shall possess a SECRET clearance or higher issued by the Defense Security Clearance Office (DISCO) or who were the subject of a favorably completed National Agency Check, National Agency Check with Law and Credit Check (NACLC) or Special Agreement Check (SAC). More details regarding Facility Clearance, Personal Clearances, et al security information are available in the attached draft PWS under section 1.3 SECURITY REQUIREMENTS. 14. Please provide additional information that you believe we should know about your company in support of this RFI.

Attachments / Links:


Document Size Updated date Download

Contact Information:


6515 INTEGRITY COURT

ABERDEEN PROVING GROU , MD 21005-5001

USA

Primary Point of Contacts:

Shelby A. Saum