Software development
The Army Contracting Command - Aberdeen Proving Ground (ACC-APG), Huachuca Division issues this sources sought for information and planning purposes only. This notice is not a Request for Proposal/Quo... The Army Contracting Command - Aberdeen Proving Ground (ACC-APG), Huachuca Division issues this sources sought for information and planning purposes only. This notice is not a Request for Proposal/Quote or Bid. This sources sought is a market research tool to gain knowledge of potential qualified sources which will be used for planning purposes and to determine if potential sources exist to support the requirement. This information is not to be interpreted as a commitment by the Government. Participation in this effort is strictly voluntary with no cost or obligation to be incurred by the Government. 1. ACC-APG Huachuca Division is performing market research to determine if a capability exists in the market place to develop and integrate a personnel sourcing software application for the FORSCOM Army Force Generation (ARFORGEN) Synchronization Toolset (AST). FORSCOM's mission is to train, mobilize, and deploy combat ready ground and aviation forces of America's Army to meet the operational requirements of the nation. ARFORGEN is the structured progression of increased unit readiness over time, resulting in recurring periods of availability of trained, ready, and cohesive units prepared for operational deployment in support of civil authorities and combatant commander requirements. The ARFORGEN process synchronizes people, equipment, training, resources, and unit formations over time to satisfy these requirements for Army forces. The ARFORGEN process focuses on the entire modular operating force from brigades to detachment echelons and includes both conventional and special operating forces. The necessary manning, equipping, resourcing, and training processes are synchronized across active, Army National Guard, and US Army Reserve components 2. The potential acquisition is for the development of software for a Requirements Sourcing Application Module (RSAM) required for the AST. Tasks shall encompass transitioning the current stand-alone module, the Worldwide Individual Augmentation System (WIAS) application, into the current AST-Secure Internet Protocol Router (SIPR) and AST-Non-Secure Internet Protocol Router (NIPR)) frameworks to meet evolving ARFORGEN requirements. AST RSAM will be focused on sourcing validated Joint Staff individual requirements supporting both Combatant Command and Army requirements. The RSAM must be compatible with the current AST NIPR framework, and development efforts cannot impede current AST-NIPR or AST-SIPR support, enhancements, modifications or development. Both AST and the current WIAS are tools used by Army Force Managers to see availability of units and individuals. 3. The intended contract type for this requirement is a Firm Fixed Price contract. It is anticipated that the effort would be completed within 11 months. The anticipated NAICS Code is 541511, Custom Computer Program or Software Development, and the size standard is $27.5M. 4. If your firm is capable of performing the work described in paragraphs #1 and #2, and has qualified personnel and relevant experience, please submit a technical capability statement including the following information: (1) Company name and mailing address, including cage code and point of contact (name, telephone number, and e-mail address). (2) Small business status if any, (small disadvantaged business, woman-owned business, veteran-owned business, etc.). (3) Provide, if applicable, details describing any Joint Venture/Teaming Arrangement that would be established if this requirement were to be solicited. (4) Indicate if your company primarily does business in the commercial or Government sector. (5) Specify which NAICS code(s) your company usually performs under for Government contracts. (6) Does your company have a secret or higher facility security clearance? (7) Summarize your capability to develop software for a DoD-unique system such as this, including your ability to comply with Defense Information Systems Agency (DISA) cybersecurity standards. (8) Has your company previously worked on a contract that required you to maintain, modify, integrate and/or update software produced by third-parties? If yes, please describe. (9) Has your company previously performed on contracts that required it to develop user training products and provide user training? (10) Describe, if applicable, any commercial-sector contracts you have performed for similar services. (11) Please provide suggestions you feel would maximize the effectiveness of the anticipated acquisition and resulting contract to provide quality software. Responses may be submitted in your own format, shall be 4 pages or less and must be submitted electronically. This sources sought is used for information and planning purposes only and does not constitute a solicitation. No contract will be awarded as a result of this sources sought. All information received that is marked proprietary will be handled accordingly. Responses to the sources sought will not be returned. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are responsible for all expenses associated with responding to this sources sought. All interested responsible businesses are encouraged to submit information at any time prior to expiration of this notice. Please submit any questions or comments to this action in writing to: karen.l.flynn5.civ@mail.mil. Responses must be received by 10:00 A.M. (AZ time), 03 April 2019.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »