Skip to main content

An official website of the United States government

You have 2 new alerts

PEO EIS/PM ARDAP PMO Support Contract

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Updated)
  • Updated Published Date: Mar 29, 2022 08:13 am EDT
  • Original Published Date: Mar 28, 2022 01:56 pm EDT
  • Updated Response Date: Apr 21, 2022 09:00 am EDT
  • Original Response Date: Apr 21, 2022 09:00 am EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: R499 - SUPPORT- PROFESSIONAL: OTHER
  • NAICS Code:
    • 5416 - Management, Scientific, and Technical Consulting Services
  • Place of Performance:
    Fort Belvoir , VA 22060
    USA

Description

Update 3/29/2022. The incumbent is LMI. W52P1J-21-F-0209/GS00Q14OADU141

PROGRAM EXECUTIVE OFFICE ENTERPRISE INFORMATION SYSTEMS (PEO-EIS) PROGRAM MANAGER (PM), ARMY DATA AND ANALYTICS PLATFORMS (ARDAP)

FORT BELVOIR, VIRGINIA 22060-5526

This Request for Information (RFI) for program management support (PMO) is issued solely for information and planning purposes. It does not constitute as a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any future services. Further, the Government is not, at this time, seeking proposals and will not accept unsolicited proposals. The RFI responders are advised that the Government will not pay for any information or administrative costs incurred in response to this RF. All costs associated with responding to this RFI are solely at the interested party’s expense. Not responding to this RFI does not preclude participation in any future RFP if one is issued.

Additionally, this RFI is intended for the Government to identify sources that can provide program management support to PM ARDAP, the information provided in this RFI is subject to change and is not binding to the Government. The Government has not made a commitment to procure any of the RFI requirements discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur a cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.

Description

PM ARDAP is a portfolio of systems that will modernize Army business processes and enable scalable, agile, and trusted data platforms integrated with data services/applications, visualization, and analytic tools to facilitate fact-based and resource-informed decision-making.  A full range of Systems Engineering and Technical Assistance (SETA) services are needed to support PM ARDAP’s mission.  SETA services range from providing administrative assistance to providing expert technical assistance on national efforts that will contribute to maintaining and expanding the Army’s capabilities. The Army continues to modernize its business processes through Enterprise Resource Planning (ERP) Systems.  Program management technical advisory Subject Matter Expert Consultation and Support) is sought in the areas of financial, logistical, technical, and business transformation support services for the ERPs, Legacy Systems, and related organizations as listed below: 

  • The PM ARDAP and subordinate organizations: 
  •    Army Enterprise Systems Integration Program Hub (AESIP HUB)
  • · Automated Movement and Identification Solutions (AMIS)
  • · Army Training Information System (ATIS)
  • · Enterprise Business System Convergence (EBS-C)
  • · Global Force Information Management System (GFIM)
  • · Logistics Information Systems (LIS)
  • · Army Vantage (Vantage)
  • · Army Test and Evaluation Command Integrated Mission Management System (AIMMS)
  • · Strategic Initiatives Group (SIG)

Synopsis

US Army PEO EIS is conducting market research to determine the industry’s capabilities to provide services required under the attached draft Performance Work Statement (PWS). Specifically, we are looking for information pertaining to implementation timeline, available service providers, Staffing and management Plan, and price.

Responses:

Interested parties are requested to respond to RFI questions with a white paper.

The white paper shall not exceed 21 pages and submitted in either WORD or PDF using Arial 12-point font. The Cover Sheet, Attachment 2, and ROM does not count against the 21-page limit.

Participation in response to this RFI will not preclude any vendor from responding to future acquisitions, either individually or as part of a team.

Marketing brochures will not be considered adequate information in response to this RFI.

After reviewing the draft Performance Work Statement (PWS), interested capable contractors are invited to responses to the following questions. Responses should be submitted electronically as one complete document.

Period of Performance: One 12-month base year, four 12-month option years, and an evaluated six-month option in accordance with FAR 52.217-8.

Contract Type: The Government anticipates issuing a Hybrid Contract that includes Firm-Fixed Price (FFP)  and Time and Material rates for labor, and Cost Reimbursable (CR) rates for travel and Other Direct Costs (ODCs).
 

Requested Information:

Please include the following in your response on a Cover Sheet: 1. Point of Contact information: 2. Company Name: 3. Address: 4. Phone Number: 5. Fax Numbers: 6. Email Address: 7. Small Business social economic size: 8. Duns: 9. Cage Code: 10. Partners Team Approach. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED.

1. Please provide summary of your Resourcing or Staffing Plan demonstrating how the company has successfully retained and on-boarded personnel in a timely manner.

2. Please explain the company’s Corporate experience and technical knowledge of ARDAP’s mission.

3. Please provide a management plan, to include a risk management and mitigation plan.

4. Please identify the NAICS code you recommend for this project.

5. Using the template below, provide the requested information for up to three (3) projects your company/team has performed within the past three (3) years with similar scope and size. Complete one table per project. (See Attachment 3 for template)

Agency/Customer

Project Name

Contract Vehicle and Task Order Number (if applicable)

[If a single project effort was performed using multiple contracts or task orders, please include the requested information for each contract or task order]

Contract Value, or in the case of a Task Order, the Task Order Value (for base and options)

[If your organization is the prime contractor on the referenced project, list the entire contract value. If your organization is a subcontractor, list the value of the subcontract.]

Contract Type (as well as incentives (if applicable))

Pricing Structure - Contract Line Item Number (CLIN) structure and breakout of cost elements

Period of Performance (base and options)

Prime or Subcontractor

% of Work Performed

Primary ERP Software and Modules

Functional Scope

Description of Work Performed

Security Clearance Requirements (number of personnel and level of clearance and/or designation)

Facility Clearance Requirements

6. Please provide a short capabilities statement.
7. Please provide a ROM (Rough order of Magnitude). List out Labor Rates, Categories, ODCs, etc. 
8. What additional information and/or recommendations do you have for the Government for this requirement? Response to this question should not exceed 1 page.

9. If you have alternative labor mix suggestions, please provide an updated Attachment 2 with your response.

10. Based on the information provided, would your company submit and offer if an RFP is issued?

Point of Contacts:  Lynn Sims (Director of Acquisitions) - Email: lynn.sims.civ@army.mil Anna Binetti (Senior Acquisition Specialist) – Email: anna.r.binetti.civ@army.mil

Due Date: Responses must be received by 9 am EST. on April 21, 2022 via email     to Anna Binetti and Lynn Sims. No questions will be accepted.

Contact Information

Contracting Office Address

  • NAVAL ENTERPRISE NETWORKS PMW 205 1325 10TH ST SE
  • WASHINGTON , DC 20374
  • USA

Primary Point of Contact

Secondary Point of Contact

History