Inactive
Notice ID:FA8750-19-R-0010
DESCRIPTION: This notice is for information only; a solicitation will not be issued. THIS IS NOT A REQUEST FOR PROPOSAL. No contract will be awarded on the basis of offers received in response to this...
DESCRIPTION: This notice is for information only; a solicitation will not be issued. THIS IS NOT A REQUEST FOR PROPOSAL. No contract will be awarded on the basis of offers received in response to this notice. The associated North American Industry Classification System (NAICS) code is 511210 with a small business size standard of $38.5M in average annual receipts. This is a Notice of Proposed Contract Action under FAR Part 12, Acquisition of Commercial Items, and FAR Part 39, Acquisition of Information Technology procedures, under the authority of 10 USC 2371b (f)(2), Authority of the Department of Defense (DOD) to carry out certain prototype projects. Per DFARS 212.102(a)(iii), contracting officers may treat supplies and services provided by nontraditional defense contractors (as defined in 10 USC 2302(a)) as commercial items. The decision to apply commercial item procedures to the procurement of supplies and services from nontraditional defense contractors does not require a commercial item determination and does not mean the item is commercial. Air Force Research Laboratory (AFRL) requires Intelligent Business Process Management Suite (iBPMS) production licenses and associated annual software maintenance to support and streamline AFRL enterprise business processes. The solution will enable and enhance Science & Technology (S&T) Lifecycle Management (LCM) and AFRL processes such as Program Management, Work Unit Management, Planning, and Tasker Generation and Tracking. The contemplated iBPMS Production License is not directly available through a pre-existing Government-wide contract or DoD Enterprise Software Agreement. The software package will streamline activities, integrate business information, provide crucial insight, and promote collaboration across the AFRL enterprise, providing a modern tool that brings increased capability, functionality and ease of use that AFRL legacy tools cannot. iBPMS key attributes include the following: • Inheritance & Reuse for Business Rules/Data • Unified Design Environment • Ability to Search for Objects • Visual Representation of Object Use • Automated CM Documentation • True Low Code Environment • Intuitive Interface Design • Automated Governance Tools • Sharing in Federated Dev Environment • Non-Proprietary Code Market research was performed via a competitive down-select under an Other Transaction Agreement (OTA) for prototype project under Agreement No. FA8750-16-9-9000, and no suitable alternative was identified. iBPMS competitors exist, but lack the capability to sufficiently satisfy the Government's desired key technical attributes, and fully satisfy the requirement. The prototype project will be successfully completed on or about 31 December 2018. The authority of 10 USC 2371b (f) allows the Government to award a follow-on Production Contract to a participant in the OTA for Prototype project without the use of competitive procedures. Therefore, the Government intends to negotiate a sole-source contract with Pegasystems Inc., One Rogers Street, Cambridge, MA 02142-1209, producer of the software. This is a notice of a proposed contract action and not a request for proposals; however, all responsible sources may submit a capability statement or proposal, which shall be considered by the agency. All inquiries should be sent via e-mail to the Contracting Officer at Shannon.Sullivan.2@us.af.mil. Responses must be submitted by the date/time listed on the notice. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government in future procurements. Responses received will be evaluated; however a determination by the Government not to compete the proposed procurement based on responses to this notice is solely within the discretion of the Government. The Government anticipates an award on or before 28 March 2019. A Sole Source Justification will be attached to the subsequent Notice of Award in accordance with applicable regulation.