The Fleet Industrial Supply Center Norfolk, Contracting Department, Philadelphia, intends to solicit on a sole source basis, in support of NAVPERS, OPNAV N132G, Washington, DC, a requirement to provide continuity in support services to continue (1) fully developing, transitioning, and maintaining the Selection and Classification enabling technologies to Navy-wide implementation and integration within the Navy Manpower, Personnel, and Training Enterprise, and (2) providing enterprise consulting services of Selection and Classification standards, policies and business processes to assist the government in meeting the goals and requirements of the Navyââ¬â¢s Selection and Classification strategic direction and future vision.
Engineering enabling technologies services involve Navy Selection and Classification decision support systemsââ¬â¢ software research, architecture, design, development, test and evaluation, deployment, and maintenance. Enabling technologies include: Classification algorithms maintained in RIDE; general rating entry qualification and ranking of jobs functionality within Fleet RIDE; Fleet RIDE enhancements such as quota management, application submission and approval processing for Perform-to-Serve (PTS), Reclassification at Recruit Training and Post-Recruit Training, Apprentice Sailor Career Path Module, Reclassification into the Reserve Component (RC) from the Active Component (AC), Reclassification into undermanned ratings within the RC, Reclassification from RC to AC; Sailor job interest evaluation and use during the classification process within JOIN, and analytics tool capabilities available in SCORE.
All systems must be compatible with the NMCI, IT21, Sea Warrior and Navy Knowledge Online (NKO) infrastructures and are interoperable with NMCI, IT21, Sea Warrior and NKO applications. Navy Selection and Classification decision support systems will be tested, validated, and submitted for NMCI, IT21, Sea Warrior Enterprise and NKO certification and accreditation as appropriate.
The Navy intends to solicit for a Cost Plus Fixed Fee type contract for a base period of one (1) year, with (4) four 12-month option periods. The anticipated contract award start date is 20 JAN 2011. An Indefinite-Delivery, Indefinite-Quantity type contract with provisions for the placement of cost plus fixed fee (CPFF) task orders is anticipated.
The procurement is being processed through other than full and open competition pursuant to the statutory authority of 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1. The Government intends to solicit and negotiate with HP Enterprise Services, LLC for this requirement. This procurement will be a follow-on to contract N00189-07-D-Z015. The estimated level of effort is 20,640 man-hours for the base year and a total of 103,200 man-hours if all options are exercised. The applicable North American Industry Classification System (NAICS) Code is 541511. Interested persons may identify their interest and capability to respond to this requirement by the specified response date. THIS NOTICE OF INTENT IS NOT A REQUEST FOR PROPOSALS.
However, the Government will consider information received by the specified response date. Information received as a result of this notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this proposed procurement action based upon responses received is solely within the discretion of the Government. The Government will not pay for information submitted in response to this notice. For questions regarding this announcement, please contact Ms. Rachel Armes Code 260.2F, at
[email protected].
Bid Protests Not Available