The RFP Database
New business relationships start here

CMMI Product Suite


Utah, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

 
Solicitation:  FA8224-18-R-6662

    CMMI Product Suite


 


This is a commercial Single Source solicitation notice combined synopsis/solicitation  prepared in accordance with the format in Subpart 12.6, and FAR Part 13 Simplified Acquisition Procedures (SAP)as supplemented with additional information included in this notice under the authority of FAR 13.106-1(b)(1)(i).  This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.  The North American Classification System (NAICS) code is 541614. The small business size standard is $15M.


This effort is for a total of 4 Years (1 Basic Year and 3 Option Years)


The Government intends to solicit and negotiate a Firm Fixed Price (FFP) purchase order for:

1 Each:  Annual License / Organizational Fee

3 Each:  Certified Introduction to CMMI-DEV Instructor Annual Support Fees

3 Each:  Certified CMMI-DEV High Maturity Lead Appraiser Annual Support Fees

1 Each: Certified CMMI Lead Appraiser Including CMMI-DEV

2 Each: Certified CMMI Lead Appraiser add-on from CMMI services

1 Each: Certified SCAMPI B & C Appraisal Team Lead

100 Each: Foundations of CMMI V2.0 2-Days

100 Each: Building Development Excellence V2.0 1-Day

40 Each: Introduction to CMMI for Development V1.3 2.5-Days

100 Each: V1.3 to V2.0 upgrade

20 Each: High Maturity Concepts V2.0

4 Each: Benchmark Appraisal V2.0 including legacy V1.3 SCAMPI A

6 Each: Evaluation Appraisal V2.0

1 Each: CMMI V2.0 Model Viewer with PDF Downloads

1 Each: Per seat cost for Advancing Organizational Capability: Applying CMMI

1 Each: Certified CMMI Consultant Fee

1 Each: Certified CMMI Associate Fee

Option: 100 Each: Foundations of CMMI V2.0 2-Days

Option: 100 Each: Building Development Excellence V2.0 1-Day

This is not a request for competitive quotes, all responsible sources may submit a capability statement and quotation.  Offers from firms other than Clearmodel, LLC, dba CMMI Institute (CAGE 6YHN9) will only be considered when it can be determined prior to award that the items being offered will meet the Governments requirement.  Award will not be delayed pending technical acceptability determination.

This requirement is to provide, as necessary, refresher training; upgrade training; and annual CMMI Workshops for CMMI instructors, Lead Appraisers and Business Points of Contact.  In addition to the contractor providing required updates, the workshops will be a venue to share best practices among Partners. The Workshops will occur at various locations within the United States. The contractor will also sponsor Partner meetings the STSC may participate in at events to review status and performance data, share experience and recommend changes.

Capability Maturity Model® Integration (CMMI) is a process improvement approach that provides organizations with the essential elements of effective processes. It can be used to guide process improvement across a project, a division, or an entire organization. CMMI helps integrate traditionally separate organizational functions, set process improvement goals and priorities, provide guidance for quality processes, and provide a point of reference for appraising current processes.

 

The U.S. Air Force Software Technology Support Center ("STSC") is currently a Partner in good standing with the CMMI Institute and the STSC sponsors certified CMMI Professionals to deliver CMMI services. 

 

The intent of the CMMI Institute's support is to assist the STSC in transitioning engineering and management technologies and practices into use through the Partner Network.  As such, it outlines the organizational support and certification details for STSC's use of the CMMI Product Suite


No other companies have the ability to provide maintenance of this system.


INSPECTION AND ACCEPTANCE CRITERIA
Deliveries will be inspected upon arrival

REQUIRED SUBMISSIONS


All vendors shall submit the following: 


1) A Firm Fixed Price (FFP) quotation including all required items (all or nothing) 


2) Cage Code, DUNS Number, delivery timeframe after receipt of order, 


3) This is a Combined Synopsis/Solicitation for software as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows:


The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."


OR


The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:


 Offeror shall list exception(s) and rationale for the exception(s)


PROVISIONS AND CLAUSES

The following provisions apply to this acquisition:
52.212-1, Instructions to Offerors - Commercial;
52.212-2, Evaluation-Commercial Items;
52.212-3, Offeror Representations and Certifications - Commercial Items. .

52.217-5 Evaluation of Options

 


In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at https://www.sam.gov/portal/public/SAM/. If paragraph (j) of the provision applies, a written submission is required;


 The following clauses apply to this acquisition:

52.212-4 Contract Terms and Conditions-Commercial Items;
52.212-5 (deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs;

52.217-7 Option for Increased Quantity - Seperately Priced Line Item

52.217-9 Option to Extend the Term of the Contract
52.247-34 F.O.B. Destination;
52.252-2 Clauses Incorporated By Reference; 
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; and
252.232-7006 Wide Area Workflow Payment Instructions

All current and/or future information about this acquisition, i.e. amendments, purchase specification, Questions and Answers (Q&A), etc., will be distributed through FBO, therefore, interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation.


Any questions concerning this requirement must be submitted in writing via email prior to the closing date.  Questions need to be emailed too directly to colton.dallimore.1@us.af.mil david.lovett@us.af.mil accordance with FAR Clause 52.212-3, Offer Representations and Certifications - Commercial Items.  It is manadatory that all offers wishing to be considered for award must be currently registered with System for Award Management (SAM) at www.sam.gov.

Proposal shall be submitted by 1500 PM MST on 31 Dec 2018 to colton.dallimore.1@us.af.mil and david.lovett@us.af.mil.


 


Colton Dallimore, Contract Specialist, Phone 801-775-2374, Email colton.dallimore.1@us.af.mil - David L Lovett, Contract Specialist, Phone 801-586-7781, Email david.lovett@hill.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP