Standard Army Ammunition System (SAAS) Post Production Software Support (PPSS)

expired opportunity(Expired)
From: Federal Government(Federal)
W52P1J16R0161b

Basic Details

started - 30 May, 2017 (about 7 years ago)

Start Date

30 May, 2017 (about 7 years ago)
due - 14 Jun, 2017 (about 6 years ago)

Due Date

14 Jun, 2017 (about 6 years ago)
Bid Notification

Type

Bid Notification
W52P1J16R0161b

Identifier

W52P1J16R0161b
Department of the Army

Customer / Agency

Department of the Army
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Added:
May 30, 2017 8:51 am
Synopsis:This is a Sources Sought Notice to identify potential sources that can provide the necessary Post Production Software Support (PPSS) in support of the Standard Army Ammunition System (SAAS) to satisfy combatant logistics automation requirements and sustainment needs to the Product Lead Logistics Information Systems (PL LIS), Fort Lee, Virginia.
The SAAS PPSS contract shall provide labor, supplies, materials and equipment (including software development) necessary to support the Government's efforts to keep the SAAS system stable and operational for Department of Army (DA)-wide users. The support services provided include, but are not limited to: SAAS Technical Support, Functional and Subject Matter Expert Support, Customer Support, Training Support, Administrative Support, Testing and Evaluation Support, Configuration Management, Validation & Verification, Cyber Security and Information Assurance, Miscellaneous Support, and System
Enhancements. The work requirements shall also include activities related to project management, quality assurance, configuration management, technical research and analysis, system documentation, database administration, and operation and maintenance. Additionally, PPSS includes software maintenance on existing software, incorporation of software changes/fixes required by Department of Defense (DoD)/DA policies and regulations and the user community, providing hardware upgrades and software testing to ensure successful completion of the requirements, and providing documentation updates in accordance with applicable changes. The contractor is responsible for ensuring personnel possess proper experience with the logistics information systems and the specific areas listed above in support of the SAAS. The Contractor shall comply and keep current with the appropriate DoD, Services, and Army architectures, programs, policies, standards and guidelines (e.g., Security Technical Implementation Guide, Net-Centric Enterprise Services, and Defense and Information Systems Network).
Responses should follow this format and be submitted electronically as one complete document. This notice is for informational purposes only and is not to be construed as a commitment by the Government to procure any items/services, or for the Government to pay for the information received. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information request.
This announcement is in support of market research performed by the Army Contracting Command - Rock Island to determine interest and capability to perform all services delineated below.
Background: The PL LIS mission is to provide efficient and effective acquisition lifecycle management of the logistics information systems under its purview. PL LIS is responsible for ensuring these systems remain functional, technically viable and cyber secure. The systems provide the Army's leadership with critical management information for all supply, maintenance, property accountability, ammunition, and financial support for Army operations worldwide. Lifecycle sustainment includes: maintain system compliance with Risk Management Framework associated policies and procedures, the preparation and release of cybersecurity software patches and quarterly updates; annual system change packages (SCP) that maintain the systems operational capabilities; and distribution of systems or components in response to changes in the Army's unit composition.
SAAS is the current retail ammunition management system for the Army in support of deployed and garrison operations world-wide. Currently, SAAS SCP 10 is the fielded baseline software and is configured as a client server architecture. SAAS SCP 11 is a web-based architecture currently under deployment to the field. Upon completion, total support for this contract will be in relation to SCP 11. The implemented and fielded software/system continues to support its original operational mission and subsequent mission modifications mandated by DoD/DA and product improvement efforts. The PL LIS and the SAAS program are a part of the Program Executive Office-Enterprise Information Systems (PEO-EIS) family of legacy logistics Army Information Management Systems.
Place of Performance:
Contractor Site (within a radius of 35 miles of Fort Lee, VA)
United States
Additional Requirements:Travel to both the Contiguous United States and Outside the Contiguous United States sites may be required. All travel shall be in accordance with the Joint Travel Regulations.
A DD254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall possess a Secret Facility Clearance.
Anticipated Period of Performance:The anticipated period of performance for this requirement is a one (1) 12-month base period with four (4) 12-month option periods.
Current contract: W15P7T-14-C-E008
Incumbent: Logistics Solutions Group, Inc.
The Service Contract Act is not applicable.
1. Please provide the following information:
Company:
Address:
Point of Contact:
Phone Number:
Fax Numbers:
Email Address:
Cage Code:
2. Please identify your company's small business size standard based on the applicable North American Industry Classification System (NAICS) Code 541519 - Other Computer Related Services. Additionally, please identify any socio-economic categories for which your company qualifies. The Small Business Size Standard for this NAICS code is $27.5M. The exception under NAICS Code 541519 for Information Technology Value Added Resellers does not apply to this notice. For more information refer to https://www.sba.gov/contracting/getting-started-contractor/make-sure-you-meet-sba-size-standards/table-small-business-size-standards.
3. If you identify your company as an active small business company and you are capable of providing the required services as described above, is your company interested in a prime contract for PPSS in support of PL LIS and PEO EIS?
4. If you identify your company as an active small business company, under the current Small Business recertification regulations, do you anticipate your company remaining a small business under NAICS Code 541519 - Other Computed Related Services?
5. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements that pertain to the requirements. Offerors are encouraged to identify teams, indicating each team member's size status based upon the NAICS code of the work that the team member may be performing. Please list the process used in selecting the teaming members.
6. Interested companies shall provide a White Paper with the following information included:
• The contractor's ability to manage, as prime contractor, the types and magnitude of the taskings to meet the requirements;
• The technical ability and functional knowledge possessed by the contractor to meet the requirements with emphasis on the requirements listed below:
o The breadth of SAAS Functional and Subject Matter Expertise;
o Database Administration tasks, ad hoc troubleshooting and Tier 3 Help Desk to support SAAS within a DoD Approved Data Center utilizing Platform as a Service (PaaS) Cloud Service Environment;
o Cybersecurity Risk Management (the RMF) and Information Assurance and Software Assurance Support to include an in-depth understanding of the DoD processes, including the processes for addressing vulnerabilities and monitoring capabilities and the associated documentation;
o The Software Change Package process and the resulting deployment
• The contractor's capacity to conduct the requirements. For the purposes of this white paper "capacity" shall refer to matters such as amount/types of facilities and equipment involved and the size of staff needed;
• Describe the same or similar relevant performance; and
• Identify your company's past and current customers to which you provided similar support services, including any Government contract numbers, a customer/company name and point of contact, phone number and address/e-mail where they can be contacted.
White papers and other submitted information as requested above will be reviewed by Government personnel only. White papers shall be no more than five (5) pages in length. A page is defined as each face of an 8.5 x 11 inch sheet of paper containing information. When both sides of a sheet display printed material, it shall be counted as two pages. Pages shall be single spaced with 1.5 line spacing. The text size shall be no less than 12 point with at least 1 inch margins on the top and bottom and 3/4-inch side margins.
SUBMISSION INSTRUCTIONS:
All information should be provided via electronic mail to Brian Egli, Contract Specialist: brian.j.egli.civ@mail.mil, no later than 1600 Central Time 14 June 2017. Any information submitted by respondents to this sources sought notice is totally voluntary and at no cost to the Government. This information will help the Government form its acquisition strategy. No solicitation exists; therefore, do not request a copy of a solicitation. Please be advised that all correspondence sent shall contain a subject line that reads "W52P1J16R0161b - SAAS Sources Sought Notice Response". Marketing brochures will not be considered adequate information in response to this notice.
Contracting Office Address:
Army Contracting Command - Rock Island
3055 Rodman Avenue
Rock Island, Illinois 61299-8000
United States
Primary Point of Contact:
Brian Egli, Contract Specialist
brian.j.egli.civ@mail.mil
Phone: (309)782-3941
Secondary Point of Contact:
Renee Ford, Contract Analyst
arlene.r.ford.civ@mail.mil
Phone: (804)765-7517

Contractor Site (within a radius of 35 miles of Fort Lee, VA) United StatesLocation

Place Of Performance : Contractor Site (within a radius of 35 miles of Fort Lee, VA) United States

Country : United StatesState : Florida

You may also like

CYBERSECURITY SUPPORT SERVICES - INFORMATION SECURITY STANDARDS (ISS)

Due: 15 Oct, 2026 (in about 2 years)Agency: BUREAU OF THE FISCAL SERVICE

ANESTHESIA RECORD KEEPING (ARK) SYSTEMS HARDWARE AND SOFTWARE SUPPORT

Due: 31 Oct, 2026 (in about 2 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

BWS Canary Systems Software Support 4015003X

Due: 21 May, 2024 (in 19 days)Agency: DEPARTMENT OF ENVIRONMENTAL PROTECTION

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

541 -- Professional, Scientific, and Technical Services/541519 -- Other Computer Related Services