Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2004 FBO #0843
SOURCES SOUGHT

D -- Print Management Accounting System (PMAS)

Notice Date
3/16/2004
 
Notice Type
Sources Sought
 
NAICS
323119 — Other Commercial Printing
 
Contracting Office
United States Senate, Office of the Sergeant at Arms, Finance Division, United States Senate, Washington, DC, 20510-7207
 
ZIP Code
20510-7207
 
Solicitation Number
Reference-Number-2004-S-040
 
Response Due
3/30/2004
 
Archive Date
3/31/2004
 
Point of Contact
Kathleen Haddow, Senior Procurement and Contracting Specialist, Phone _________, Fax 202-228-2051,
 
E-Mail Address
acquisitions@saa.senate.gov
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY TO PRE-QUALIFY VENDORS. THERE IS NOT A SOLICITATION AVAILABLE AT THIS TIME. THIS IS NOT A FORMAL REQUEST FOR PROPOSAL. . The United States Senate Sergeant at Arms (SAA) has oversight responsibility for providing many administrative support services to offices of the United States Senate. This includes providing facilities for the preparation of official franked mail, printing and graphics services and the storage and distribution of documents for official Senate use. These services are administered by the Printing, Graphics & Direct Mail Branch (PG&DM) of the SAA. PG&DM is a large and complex operation that requires a software application system to facilitate and enhance its required workflow known as the Print Management and Accounting System (PMAS). The objective of PG&DM is to acquire and implement a web-based, multi-tiered Commercial Off The Shelf (COTS) PMAS application with exposed Application Programming Interfaces (APIs) and Open DataBase Connectivity (ODBC) for integration of additional systems as necessary (such as bar code systems) to result in a fully integrated PMAS workflow. MANDATORY REQUIREMENTS: The Vendor must have a minimum of five years Graphic Arts/Print Management accounting workflow technologies experience. The vendor must recommend a COTS PMAS application that must provide Order Entry, Order Details, Order Fulfillment and Order Tracking, File Uploads/Downloads, File Ingestions (based on selected format), Inventory, Job Costing, Scheduling & Estimating, Accounting, Shop Floor Data Collection, Delivery, Reporting, Revision Controls and Secured Transactions. PG&DM shop floor personnel must be able to track in real-time, all work orders, from creation to delivery, and add the labor and material costs associated with each one. The COTS PMAS must also be: a) compatible with Microsoft Windows Advanced Server 2003 Enterprise Edition, Unix Solaris 8.0, or better; b) use a database that is SQL Server 2000/2003 or Oracle compatible; c) compatible with Microsoft Exchange 2000 and Outlook 2000; d) designed with an architecture that is at least three-tier and comprised of a web component, an application component and a database component; e) able to have each tier deployed on its own hardware. The vendor must demonstrate its ability to: a) migrate the current PMAS data working in conjunction with PG&DM personnel; b) implement the COTS PMAS application; c) customize the COTS PMAS application; d) provide system acceptance testing; e) Provide on-site training; and f) Provide system documentation. The SAA invites all qualified sources to respond to this sources sought announcement. Responses to this sources sought request are due to the POC no later than March 30, 2004 12:00 Noon EDT and shall be submitted electronically via e-mail to acquisitions@saa.senate.gov. Response shall not exceed twenty (20) pages. The subject line of the email message should be PMAS 2003-S-040. Responses must contain: 1) General Information about your firm * Company Name: * Address: * Point of Contact Telephone Number E-mail address * * DUNS Number * Tax ID Number; 2) Discussion of your firm?s Graphic Arts/Print Management accounting workflow technologies experience and ability to provide and integrate a COTS PMAS product and additional components, if necessary, and provide any necessary customization; 3) Recommendation of a COTS PMAS product(s); 4) Three past performance contract references demonstrating your firm?s experience providing, installing, configuring, and customizing the recommended COTS PMAS product(s). The past performance references must provide: a) Name of the Customer/Company; b) Name and phone number of the primary contact with Customer/Company. c) Brief description of contract; and d) Contract value (total). Access to information in any files attached to the response is the responsibility of the submitting party. The SAA is not responsible for any failure to access information. Only pre-qualified Vendors will be permitted to submit proposals. The information supplied in response to this sources sought notice will be used to pre-qualify Vendors that will be invited to submit proposals. Vendors responding to this sources sought notice and deemed qualified by the SAA will be placed on a solicitation mailing list. If suitable responses are received from qualified sources, the SAA anticipates release of a solicitation in April 2004. Telephone or e-mail requests for additional information will not be honored. The Senate or the SAA will not be responsible for any costs for the preparation of responses to this announcement. THIS IS NOT A REQUEST FOR PROPOSAL. THIS NOTICE CONSTITUTES THE ENTIRE SOURCES SOUGHT ANNOUNCEMENT AND IS THE ONLY INFORMATION PROVIDED BY THE SAA OR U.S. SENATE.
 
Place of Performance
Address: Washington, D.C.
Zip Code: 20510
Country: USA
 
Record
SN00546992-W 20040318/040317074646 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.