29 Apr 21 - The solicitation for ESCAPE has been posted under notice ID FA8109-21-R-0003. The proposal due date is 01 June 21 at 4:00 pm Central Standard Time.
21 Apr 21 - SYNOPSIS - Enterprise Supply Chain Analysis Planning and Execution (ESCAPE)
This is a synopsis of a proposed contract action for the ESCAPE program in accordance with FAR 5.201. There is no solicitation available at this time. A sources sought synopsis was posted under solicitation number FA8109-20-SS-0001. Questions and Answers are available at this link: https://beta.sam.gov/opp/68b6e985b730406fb6e3e5656c78c8e5/review
All future updates for the ESCAPE requirement and the RFP will be posted to this page.
LINE ITEMS:
CLIN Description
*001 Unclassified SPM COTS License and IL5 Cloud Delivery
The contractor shall provide an Enterprise License for Service Parts Manager (SPM) supply chain planning software, affiliated product modules, integrity test software, with fully configured and government approved commensurate hosting, communication services, data configurations, and integrations in accordance with (IAW) SOW paras 1.2, 1.4, and 2.1.
*002 Baseline Data Management, Functionality, Capability, and Configuration
The contractor shall provide baseline data management, functionality, capability, and configuration services IAW SOW paras 1.2 and 2.2 and SOW Sections 3, 4, 5, 6, and 7.
*003 Emerging Data Management, Functionality, Capability, and Configuration
The contractor shall provide emerging data management, functionality, capability, and configuration services as approved in the integrated master schedule, CDRL A002, and IAW SOW paras 1.2 and 2.3 and SOW Sections 3, 4, 5, 6, and 7.
*004 Training, Organizational Change Management (OCM), and Help Desk
The contractor shall provide Training, Organizational Change Management, and Help Desk services IAW SOW paras 1.2 and 2.4 and SOW Sections 3, 4, 5, 6, and 7.
*005 Classified SPM License
The contractor shall provide an Enterprise License for Service Parts Manager (SPM) supply chain planning software, affiliated product modules, integrity test software, with fully configured and government approved commensurate hosting, communication services, data configurations, and integrations for a classified instance of the SPM software IAW SOW paras 1.2, 1.4, 2.1, 2.5, and 3.18.1.
*006 Classified IL6 Cloud Delivery
The contractor shall deliver a fully configured IL6 hosting environment with commensurate communication services, data integration, AF approved cross-domain solution(s) (CDS’s) and other data spillage safeguards, associated information assurance and cybersecurity compliance, DISA Provisional Authority (PA), Cloud Access Point (CAP) or other mechanism, and Mission Owner Authority-to-Operate (ATO) IAW SOW paras 1.2, 1.4, 2.5, and 3.18.1.
*007 Data
Contractor shall provide the data identified in Section J, Exhibit A in accordance with the Statement of Work hereof. The Government shall have unlimited rights to all test materials, documents, notes, records, and software documentation meeting the criteria specified in DFARS 252.227-7015 (b)(1). The costs associated with data are included in CLINS 0001, 0002, 0003, 0004, 0005, and 0006.
*008 Travel
All travel must be in direct support of this effort and in accordance with the Joint Travel Regulations (JTR). Contractor shall obtain approval from the Contracting Officer or Contracting Officer Representative, prior to travel.
Travel shall be performed in accordance with paragraph 3.5 of the SOW.
Profit shall not be paid on travel costs.
Any travel approved by the CO or COR is reimbursable to the Contractor and will be obligated up to the total amount of this CLIN.
Any remaining costs/funds not expended at the end of the Period of Performance will be de-obligated.
4009 Transition Out
If there is a change in contractor or if any of the operations covered by this contract reverts to organic support, transition out shall be accomplished in accordance with the transition out plan, CDRL A015.