Defense Travel Modernization

expired opportunity(Expired)
From: Federal Government(Federal)
H98210-21-DTM1

Basic Details

started - 14 Jun, 2021 (about 2 years ago)

Start Date

14 Jun, 2021 (about 2 years ago)
due - 17 May, 2021 (about 2 years ago)

Due Date

17 May, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
H98210-21-DTM1

Identifier

H98210-21-DTM1
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (705702)DEFENSE HUMAN RESOURCES ACTIVITY (259)DEFENSE HUMAN RESOURCES ACTIVITY (259)
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.

NOTICE OF INTENT TO SOLE SOURCE AND SOURCES SOUGHTH98210-21-DTM11.    The Defense Human Resources Activity (DHRA) Defense Enterprise Operations Center (DEOC) Enterprise Acquisition Division (EAD) is issuing a Notice of Intent and Sources Sought in order to inform industry of the Government’s intent to solicit Concur Technologies on a sole source basis under the authority of 10 U.S.C. 2304(c)(1) in accordance with FAR 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements for a modernized travel support known as Defense Travel Modernization (DTM).   2.    The primary purpose of DTM is to improve travel performance outcomes by delivering travel and expense management to the Department of Defense (DoD) using Software as a Service (SaaS) product in the cloud infrastructure.  DTM will leverage leading COTS technology and all travel management services to provide end-to-end capability for travel.  DMDC requires the Contractor to fully
implement, sustain and support DTM. This work requires the contractor to deliver innovative, yet proven technology solutions developed in a user-centered, test-driven approach that enables a highly effective travel application for the DoD. 3.    The North American Industry Classification System Code is 511210 – Software Publishers with a size standard of $41.5M.  4.    DHRA anticipates negotiating and awarding a firm-fixed price (FFP) contract to Concur Technologies, Inc. in accordance with FAR 6.302-1(a)(2)(iii) Only one responsible source and no other supplies or services will satisfy agency requirements; For DoD, NASA, and the Coast Guard, services may be deemed to be available only from the original source in the case of follow-on contracts for the continued provision of highly specialized services when it is likely that award to any other source would result in (A) Substantial duplication of cost to the Government that is not expected to be recovered through competition; or (B) Unacceptable delays in fulfilling the agency’s requirements. (See 10 U.S.C.2304(d)(1)(B).) The Government has invested $15M into the DTM program over a three-year period. To compete this requirement would result in substantial duplication of costs and loss and duplication of time and resources to develop, test, and field a similarly viable solution, all of which would result in a lapse in travel services to DoD customers currently in DTM. 5.    This Notice of Intent to Sole Source is not a request for proposals. This is not a solicitation or request for offers. No solicitation package is available and telephone requests will be not accepted. However, should any vendor believe it can implement a SaaS solution as described in Section 8. below, a response should be submitted to the designated points of contact provided below. 6.    This sources sought is intended as market research to identify any contractor that believes it can implement a SaaS solution in a condensed timeline and avoid the duplication of costs incurred under the fielded prototype solution.  Provide details regarding capabilities in accordance with Section 8 below.7.    Designated Points of Contact: Primary Point of Contact:                 Alternate Point of Contact: LaShondra Pelican                     Melissa TamayoContract Specialist                     Contracting OfficerLashondra.n.pelican.civ@mail.mil                 Melissa.s.tamayo.civ@mail.milPhone: 202-578-3810                     Phone: 202-680-3362Contracting Office Address: 4800 Mark Center Dr., Suite 03E25Alexandria, VA 22350Place of Performance: Contractor Facility8.    SUBMISSION INFORMATION: A. COVER SHEET - 1 page1. Vendor name, address, website, Data Universal Numbering Systems (DUNS) Number, and Commercial and Government Entity (CAGE) Code.2. Point of contact to include e-mail address and telephone number.3. Type of business, including socio-economic category (Large, Small, 8(a) Participant, Small Disadvantaged Business, HUBZone, Woman-Owned Small Business, Service-Disabled Veteran-Owned Small Business, or Non Profit)4. If applicable, GSA contract number, schedule.B.  CAPABILITIES. The Government is accepting information from companies potentially capable of meeting the requirements as described below. Companies with the capabilities and facilities that would enable them to meet the Government's requirements may respond. Responses shall address how the respondent proposes to develop, test, field and support the DTM and overcome the time delays and cost associated with the tasks described in the preceding section. Responses shall include availability, budgetary cost estimate, and lead time of the solution. All interested parties may submit company and product literature, a white paper no longer than 10 pages, and/or other pertinent information, such as a description with performance parameters and a statement of current availability, summary of prior testing, test reports, a budgetary estimate of test articles, and an explanation as to why the Government should not procure this effort on a sole source basis as stated above given the estimates of duplication of costs and time delays.1. Please describe your organization's breadth of expertise/competency in the following critical functions: a)    A travel service capability aligned to commercial/industry best practices that will reduce process and workflow complexity, ensure audit readiness, improve customer satisfaction, reduce costs, and provide business intelligence to drive real-time, evidence-based decision-making and analytics.b)    Commercial travel Software-as-a-Service configurable to the needs of the Department of Defense (DoD) to provide an innovative, user-centered, test-driven approach that enables a highly effective travel application for approximately 2.3 million DoD travelers. c)    A fully integrated travel application, to include travel fulfillment services, that provides effective, efficient, and auditable travel and expense services to include the planning, execution, and reimbursement of travel in accordance with DoD policy as defined by the Joint Travel Regulations (JTR).d)    Solution functionality for government and personal mobile devices.e)    A user interface that can be displayed on multiple DoD supported browsers. f)    Travel fulfillment services that include an online booking tool to book air, rail, lodging, and rental car that transmits the reservations to travel agencies for fulfillment; this travel fulfillment capability must include all necessary personnel, equipment, facilities, licenses, materials, supplies, and services to fulfill all travel reservations.g)    The capability to iteratively support the following types of temporary duty (TDY) travel: business travel; training travel; travel in support of deployments, exercises, maneuvers, war games, and contingency operations; medical travel; leave in conjunction with TDY travel; and government-funded leave travel.h)    Must meet DoD’s Cybersecurity approved requirements, DoD Instruction 8510.01 Risk Management Framework (RMF) for DoD Information Technology.i)    Must comply with FedRAMP requirements for Moderate Authorization as required by all DoD Cloud Service Providers (CSP) and obtain Provisional-ATO (P-ATO) from Defense Information Systems Agency (DISA) at Impact Level (IL) 4. j)    Must integrate with Global Exchange Service (GEX) to ensure interoperability with multiple financial systems. k)    Create, read, update, and delete data in the DoD travel information environment (including data validation and business rules and processes).l)    Search internal data in DoD travel information environment.m)    Search external travel reservation systems and filter travel reservation data results. n)    Assign permissions to users, groups, and roles as well as assigning users to groups and roles.o)    Track and manage configuration changesp)    Develop reports, queries, visualizations and dashboards to provide the necessary metrics and data feeds to support DoD travel managementq)    Application and Travel Management Company services help desk support available via the web 24/7, 365 days a year and live user support during the core hours of 7:00 am Eastern Time (ET) to 10:00 pm ET, Monday through Friday, except for federal holidays. Help desk technicians must be fluent in written and spoken English.9.  Interested contractors must be registered in the System for Award Management (SAM) in order to conduct business with the Government.  Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this Notice; all costs associated with responding will be solely at the interested party’s expense. All information received in response to this submission that is clearly marked Proprietary will be handled accordingly.  Acknowledgement of receipt of responses will not be made and submissions to this Notice will not be returned.The information provided in this Notice is subject to change and is not binding on the U.S. Government.  10.  RESPONSE DUE DATE: 8:00 AM ET on June 21, 202111.  All responses shall be submitted electronically to the DHRA Contracting points of contact: Contract Specialist: LaShondra Pelican, LaShondra.N.Pelican.civ@mail.mil, ph.: 202-578-3810  Contracting Officer: Melissa Tamayo | Melissa.S.Tamayo.civ@mail.mil, ph.: 202-680-3362.

Location

Country : USA

You may also like

Classification

naicsCode 511210
pscCode DA10IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE