The RFP Database
New business relationships start here

Program Management Office Support Services


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

THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. THIS IS FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION/REQUEST FOR PROPOSAL.

This is a sources sought notice for market research purposes only. The US Army Contracting Command - New Jersey at Fort Dix is conducting market research for a small business concern to assist the current System Integrator to provide Program Management Office Support Services (PMOSS) for the Integrated Personnel and Pay System - Army (IPPS-A). The purpose of this synopsis is to identify qualified small business contractors that can meet the requirements in the attached draft Performance Work Statement (PWS). IPPS-A is designated a Department of Defense (DoD) Acquisition Category (ACAT) IAM program under the Milestone Decision Authority (MDA) of the Office of the Secretary of Defense (OSD) Deputy Chief Management Officer (DCMO). IPPS-A is a pre-Major Automated Information System (pre-MAIS) and a Defense Business System (DBS) program. It is managed by the Army Program Executive Office Enterprise Information Systems (PEO EIS), IPPS-A Project Management Office, in Alexandria, VA 22332. PEO EIS develops, acquires and deploys tactical and management Information Technology (IT) systems and products and is a systems acquisition, development and integration center of excellence. The purpose of the IPPS-A PMOSS contract is to obtain program support services for the IPPS-A Program Management Office (PMO). The primary North American Industry Classification System (NAICS) used for this requirement will be 541512 - Computer Systems Design Services.

Statement of Need:

The Army established the IPPS-A PMO to develop and deliver a single, integrated personnel and pay system to all Army Components (Active Component (AC), Army National Guard (ARNG), and United States Army Reserve (USAR)). The IPPS-A PMO is comprised of three divisions - the Business Management Division (BMD), Technical Management Division (TMD), and the Lifecycle Management Division (LMD).

The scope of this PWS encompasses all activities necessary to provide the IPPS-A PMO with Contractor support services in these areas as well as other activities within the scope of the contract.


• Program and Project Management Support
• Technical Management Support
• Lifecycle Management Support


Prospective contractors shall ensure that a broad range of expertise is available in the disciplines listed above and in the attached draft PWS in order to meet the program's requirements.


A draft PWS has been attached to this notice for a more specific description of the type of services that may be required.

Capability Statement:

An interested small business concern must provide a corporate capability statement. The statement shall include, at a minimum, the following:


Company Name
Address
Point of Contact
CAGE Code
Phone number
E-mail Address
Web Page URL
GSA FSS or Other Government Agency Contract number (if applicable)
Size of business North American Industry Classification (NAICS) 541512
Based on your NAICS Code, state whether your company is:


• Small Business (Yes/No)
• Woman Owned Small Business (Yes/No)
• Small Disadvantaged Business (Yes/No)
• 8(a) Certified (Yes/No)
• HUBZone Certified (Yes/No)
• Veteran Owned Small Business (Yes/No)
• Service Disabled Veteran Small Business (Yes/No)
• System for Award Management Registration (Yes/No)


In addition, the statement shall explain why the contractor believes that it has the technical capability to meet the Government's requirements to include experience of personnel, organizational history on meeting this or similar requirements, corporate acumen in managing large ERP implementation projects and government contracts of the same or similar nature, experience implementing the products identified above and in the attached draft PWS, and ability to expand its workforce to perform multiple, concurrent, tasks, e.g., through teaming, hiring, internal reassignment, etc.


The client reference must be for work relevant to this requirement performed within the last three years and include the agency supported, a client point of contact, whether the work was performed as a prime or a subcontractor, delivery date or period of performance, and a brief description of the effort. This statement shall not exceed 10 pages. The page limit does not apply to advertising material such as company brochures and catalogs.


This information will be used for market research and analysis to determine what capabilities currently exist. This notice should NOT be construed as a request for proposal or any obligation on the part of the U.S. Government. No award will be made from this announcement. No telephone calls and/or request for solicitation information will be accepted or acknowledged.


Interested parties ARE REQUIRED to provide contractor name, address, and information regarding any Government contracts that they may hold such as the Computer Hardware, Enterprise Software and Solutions (CHESS) contract vehicle or General Services Administration (GSA) multiple awards schedule (MAS) that may satisfy this potential requirement.

Response Format:

Responses shall be single-spaced, 12-point font, and not less than one inch margins. Based on the page limits set forth above, the total length of the response shall not exceed 10 pages, excluding company brochures and catalogs. In accordance with FAR 15.201(e), a response to this synopsis is not an offer and cannot be accepted by the Government to form a binding contract. Response to this synopsis is voluntary. The Government will not award a contract on the basis of this synopsis, nor pay for information provided in response to this synopsis. This information will not be returned. Corporate information marked Proprietary, such as non-public pricing or bid strategy, will be safeguarded, but the Government may use comments or suggestions about the IPPS-A PMOSS acquisition in any way that the Government chooses. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this synopsis. The final requirements and acquisition strategy for the IPPS-A PMOSS program may be different from what is described in this synopsis. Responses to this synopsis shall be sent via email to Dennis Sughrue at dennis.c.sughrue.civ@mail.mil no later than 3:00PM (EST) 10 February 2016. If a formal solicitation is generated at a later date, a solicitation notice will be published and a performance work statement shall be provided.

Acquisition Strategy:

The Government intends to award one contract/task order for the prospective contractor to assist the current System Integrator. The geographic scope of the contract/task order will include CONUS and OCONUS. The contract/task order will be performance-based. The contract/task order will be a three year (one 12 month base year and two 12 month option periods) contract/task order that will include cost type and firm fixed priced line items. A best value evaluation will be performed in accordance with FAR Part 15. The Government will select the proposal that is determined to be most advantageous to the Government. The applicable NAICS code is 541512. The applicable PSC is D399 - IT and Telecom- Other IT and Telecommunications.

Pricing Strategy:

The Government intends to utilize a combination type contract that includes both cost type and firm fixed price tasks.

Organizational Conflicts of Interest (OCI):

Interested sources are advised that the provisions of FAR Subpart 9.5 concerning OCI will govern the IPPS-A system integrator contract and that potential OCI with current and future procurements and programs may exist, in accordance with FAR 905-1 through 9.505-4, because of the tasks within the scope of the work, such as design, software configuration and development, and testing.


 


Dennis C. Sughrue, Contract Specialist, Phone 6096525120, Fax 6095626933, Email dennis.c.sughrue.civ@mail.mil - Linda A. Schmidt, Contracting Officer, Phone 6095627357, Fax 6095626933, Email linda.a.schmidt12.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP