Search Contract Opportunities

Reserve Component Manpower System (RCMS)

ID: W9124J17R00XX • Type: Sources Sought

Description

Posted: Jan. 26, 2017, 11:15 a.m. EST
Amendment 0001-Correct typographical error within the notice to correct the submission date from 28 Jan 17 to 27 Jan 17 to match the FBO posting. Submission time remains unchanged.
The Mission and Installation Contracting Center - Fort Sam Houston (MICC-FSH) has a requirement for Reserve Component Manpower System (RCMS) services. MICC-FSH is issuing this sources sought for industry input to provide a short informal risk analysis of how the Government can mitigate the risk for this requirement. This risk is due to the circumstances where a prospective contractor will be required to maintain and operate a system while it is being subsumed/interfaced with a master system without Government technical instruction as the Government does not know or understand the technical architecture or database structure of the system as described below. It is not necessary for your company to provide your capabilities in response to this sources sought as the Government intends to issue a sole source contract with one-year base period and three one-year option periods to the current operator of the system. However, if your company is interested in the follow-on contract please indicate in your response to this sources sought. This requirement is to provide non-personal services necessary to perform operational and functional support and maintenance of RCMS as interfaces are developed with the Integrated Personnel and Pay System Army (IPPS-A) that is being deployed over the next four years. Contractor will be required to ensure the accuracy of data mappings to the Total Army Personnel Database Reserve (TAPDB-R) and Regional Level Application Software (RLAS) components while also ensuring the continual availability, accuracy and security of Army Reserve Soldier data during the interface process as indicated in the PWS. It is critical that the contractor has current knowledge of the RCMS database architecture in order to ensure uninterrupted connectivity and data integrity during the four-year interface process with IPPS-A. Performance of this contract will take place at Fort Bragg, North Carolina, Fort Belvoir, Virginia, Fort Knox, Kentucky, offsite locations for training subordinate unit staff, and the contractor's offsite location(s). The Contractor shall perform to the standards attached, in the Performance Work Statement (PWS). The results of this sources sought will contribute to determining how the Government can mitigate risk associated with this requirement as described above. Approximately 49 out of the 94 RCMS-R functions will be competitively re-competed in FY21 after IPPS-A deployment, interface determination and subsumption is complete. This determination will further evaluate which RCMS modules and functionality are appropriate for subsumption within IPPS-A and/or integrated as an enduring interface. Currently, it is believed that 49 out of 94 RCMS-R functions will not be affected by IPPS-A Increment II subsuming TAPDB-R and RLAS. IPPS-A Business Intelligence (BI) capabilities are in the initial stages of development. An accurate comparison of BI tools is still undeterminable.

IPPS-A Increment II Release 2 is scheduled for release during FY18/Q2 while Increment II Release 3 is planned for release during FY19/Q2. Increment II Release 4 and Increment II Release 5 are scheduled for release during FY19/Q4 and FY20/Q2 respectively. Full operational interface capability is expected to occur in FY21/Q2. RCMS bolt on determination will commence as each Increment is released.

The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541511. THERE IS NO SOLICITATION AT THIS TIME. The Government's request for risk analysis does not constitute a request for proposals; submission of any information in response to this announcement is purely voluntary; the government assumes no financial responsibility for any costs incurred.
Submission Instructions: Please submit a short informal risk analysis based on the PWS for the four year sole source contract or indicate if you are interested in the follow-on contract by 12 p.m. 27 January 2017 (Central Time). All responses under this Sources Sought Notice must be emailed to the Contracting Officer, Andrea Vigliotti, at andea.j.vigliotti.civ@mail.mil. All emails shall have the subject line titled "Reserve Component Manpower System (RCMS): Response to Sources Sought Notice."

Posted: Jan. 23, 2017, 2:30 p.m. EST

Overview

Response Deadline
Jan. 27, 2017, 1:00 p.m. EST Past Due
Posted
Jan. 23, 2017, 2:30 p.m. EST (updated: Jan. 26, 2017, 11:15 a.m. EST)
Set Aside
None
Place of Performance
Performance of this contract will take place at Fort Bragg, North Carolina, Fort Belvoir, Virginia, Fort Knox, Kentucky, offsite locations for training subordinate unit staff, and the contractor’s offsite location(s). USA
Source
SAM

Current SBA Size Standard
$34 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Sole Source
Odds of Award
41%
Signs of Shaping
The solicitation is open for 3 days, below average for the MICC Fort Sam Houston.
On 1/23/17 MICC Fort Sam Houston issued Sources Sought W9124J17R00XX for Reserve Component Manpower System (RCMS) due 1/27/17. The opportunity was issued full & open with NAICS 541511 and PSC D.
Primary Contact
Title
Contract Specialist
Name
Samuel J. Colton   Profile
Phone
(210) 808-6488

Secondary Contact

Title
Contracting Officer
Name
Andrea J. Vigliotti   Profile
Phone
(210) 466-2187

Documents

Posted documents for Sources Sought W9124J17R00XX

Question & Answer

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W9124J17R00XX

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W9124J17R00XX

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > MISSION & INSTALLATION CONTRACTING COMMAND > FDO SAM HOUSTON
FPDS Organization Code
2100-W9124J
Source Organization Code
500045960
Last Updated
Feb. 11, 2017
Last Updated By
PI33_DR_IAE_51681
Archive Date
Feb. 11, 2017