SOLICITATION NOTICE
13 -- Logitics Modernization Program support and development
- Notice Date
- 11/9/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
- ZIP Code
- 61299-7630
- Solicitation Number
- W52H09-05-Q-5055
- Response Due
- 11/30/2004
- Archive Date
- 1/29/2005
- Small Business Set-Aside
- N/A
- Description
- This preliminary solicitation is being issued to determine the availability of capable interested parties in a contract for the following services. The requirement is for highly specialized expertise with Logistics Management and Ammunition procurem ent and distribution accross all branches of the military. Interested parties would be required to demonstrate a very deep level of knowledge and experience in all required areas. Scope of Work (SOW) for a SAP Defense Sector Munitions Solution Consultants for the Army Field Support Command (AFSC)/Joint Munitions Command (JMC) in the Logistics Modernization Program (LMP), while obtaining expertise to support the Standard Depot System (SDS). 1.0 OBJECTIVE: 1.1 This Scope of Work (SOW) represents the support services to the AFSC/JMC to modernize our systems with an Enterprise Resource Planning (ERP) commercial off the shelf (COTS) system utilizing SAP R/3 as developed through LMP to meet our business requirem ents. This SOW also includes, but is not limited to the necessary support, as required, for the development and integration of Conventional Ammunition Management (CAM) and the Global Combat Support System Army/Tactical (GCSS-A/T) into LMP. To support s ervices to identify and validate our data to ensure that it is cleansed prior to migrating to LMP. In addition, provide sustainment support to SDS to include programming efforts. The Government Project Lead (JMC Ammunition Domain Manager) will review pot ential candidates resumes and has final approval authority. 2.0 OVERVIEW OF TASK: 2.1 The contractor shall support the AFSC/JMC by providing documentation, engineering and technical services that enable the appropriate writing of programs/scans to cleanse the old, obsolete and corrupt data from the SDS before transition into LMP. This will support the Revolution in Military Logistics (2010) and the Army After Next (AAN) 2015 and beyond by incorporating our business processes into an ERP commercial off-the-shelf (COTS) package. It also includes the support to the AFSC/JMC in the cleansi ng and migration of CAM and the GCSS-A/T into LMP. 3.0 DETAILED DESCRIPTION OF WORK: 3.1 The contractor will: As required with coordinated efforts on the SAP Defense Sector Munitions Solution representing the AFSC/JMC, on all matters concerning the Logistics Modernization Program (LMP) to include knowledge of most Army/DOD regulations. 3.1.1 Individual Skill Sets Required: o Perform as the Lead Developer(s) (10 hrs/week) for on all matters pertaining to the core SAP R/3 in LMP for the Ammunition solution. o Conduct site visits to the AFSC/JMC installations (7 trips (40 hours) X every 4 months) to capture requirements as required. o Anticipate develop of appropriate white papers (15-20 @ 4 hrs each) outlining solution proposals and options for the AFSC/JMC business processes. o As required to perform education and training classes (25-30 @ 40 hrs each), advice and support to AFSC/JMC management, LMP Expert and End Users. o Anticipate the development of custom configuration and perform evaluations (35-50 @ 1 ? hrs each) on custom configuration that is required to meet the JMC solution requirements. o Anticipate further development and maintaining of the data objects (42 @ 8 hours each) for AFSC/JMC. o Using analytical skills to develop and present briefings the AFSC/JMC community, ESC, AMC, PEO Ammo, and G-Army (50-60 @ 10 hours each to include preparation, briefing, documentation, and reporting minutes. 3.1.2 Individual Skill Sets Required: o Perform as the Lead Developer(s) (10 hrs/week) for on all matters pertaining to the Inventory/Warehouse modules within core SAP R/3 in LMP for the Ammunition solution. o Anticipate further development and maintaining of the data objects (42 @ 8 hours each) for AFSC/JMC. o Using analytical skills to develop and present briefings to the AFSC/JMC community, ESC, AMC, PEO Ammo, and G-Army (25-35 @ 10 hours each to include preparation, briefing, documentation, and reporting minutes. o As required to provide guidance and recommendations to AFSC/JMC personnel for the creation and mapping of SAP requirements that do not exist in legacy systems (10 hours/week). o Conduct site visits to the AFSC/JMC installations (7 trips (40 hours) X every 4 months) to capture requirements as required for data cleansing/validation efforts across the AFSC/JMC command. o Quantify the percent of data that requires cleansing by installation to support the inventory/warehouse modules of LMP from the scans. 3.1.3 Individual Skill Sets Required: o Perform as the Lead (10 hrs/week) for on all matters pertaining to the data validation/migration from legacies to SAP/LMP for the Ammunition solution. o Anticipate development for AFSC/JMC independent (4 hours x 35 independent scenarios) and integrated scenarios (8 hours x 13 integrated scenarios) for the ammunition business processes under LMP. o As required to be the primary AFSC/JMC SME during all SAP R/3 System Integrated Testing (SIT) over 6-8 weeks (8 weeks x 10 hours per week). o As required to conduct site visits to the AFSC/JMC installations (7 trips (40 hours) X every 4 months) to capture data cleansing requirements. o Anticipate further development and maintaining of the data objects (42 @ 8 hours each) for AFSC/JMC. o Using analytical skills for developing and presenting briefings to the AFSC/JMC community, ESC, AMC, PEO Ammo, and G-Army (25-35 @ 10 hours each to include preparation, briefing, documentation, and reporting minutes. o Maintain the LMP AKO portal for all the AFSC/JMC installations. o Maintain the latest data cleansing/migration efforts within the LMP databases for AFSC/JMC. o Quantify the percent of data that requires cleansing by installation from the scans. 3.1.4 Individual Skill Sets Required: o Perform as the Lead (10 hrs/week) for on all matters pertaining to the functional Ammunition projects for the AFSC/JMC in the Core R/3 for the Ammunition solution. o Anticipate further development and maintaining of the data objects (42 @ 8 hours each) for AFSC/JMC. o Develop and present briefings to the AFSC/JMC community, ESC, AMC, PEO Ammo, and G-Army (25-35 @ 10 hours each to include preparation, briefing, documentation, and reporting minutes. o Be the primary AFSC/JMC SME during all SAP R/3 System Integrated Testing (SIT) over 6-8 weeks (8 weeks x 10 hours per week). o Anticipate developing AFSC/JMC independent (4 hours x 35 independent scenarios) and integrated scenarios (8 hours x 13 integrated scenarios) for the ammunition business processes under LMP. o As required to conduct site visits to the AFSC/JMC installations (7 trips (40 hours) X every 4 months) to capture requirements for Ammunition projects. o Quantify the percent of data that requires cleansing by installation to support the Ammunition projects of LMP from the scans. 3.1.5 Individual Skill Sets Required: o Anticipate future development of programs/scans (125-150 @ 12 hour average per program/scan) for developing programs/scans) for reviewing data in a specific format (i.e. sector/segments) in support of identifying and cleansing our data within our legacie s. o Quantify the number of scans to support the data cleansing efforts across the command in support LMP. 3.1.6 Same Skill Sets Required: o Attend all meetings related and/or impact the AFSC/JMC community (300-500 x 2 hours each) and provide reporting status within 48 hours. o Quarterly reporting to include training, data cleansing/migration, development of the Ammo solution, and testing to include status. o Contractor will update any applicable user manual(s) (10-12 @ 8 hours) to reflect the enhancements. o After Go-Live, provide Help Desk level support to AFSC/JMC Expert and End Users. o Provide development of custom configuration and perform evaluations (35-50 @ 1 ? hrs each) on custom o Support all requirements to incorporate the retail/tactical Ammunition functions for Global Combat System Support-Army/Tactical (GCSS-A/T), within LMP and Centralized Ammunition Management (CAM). o The contractor may be required to write/develop Engineering Change Proposals (ECPs) (20-30 ECPs @ 4 hours each) as required for the legacy and/or the Continuous Improvement Program (CIP) for LMP. 3.2 The contractor will work hand-in-hand with the Government Functional Team (Headquarters, Installation level, and DAC) in re-engineering our business processes. These processes will incorporate the mandatory data elements from our current legacy system s, bridges/uniques, and interfaces (pipelines). The Government will determine which legacy is the best source from which to migrate the data with recommendations from the contractor. This effort will assure the functional teams (AFSC/JMC) that the data i dentified for their review is in a cleansing effort and a designed format. 3.3 The LMP processes will provide the AFSC/JMC Functional Team the ability to review the data in a designated format, which will enhance their work performance and will be required to establish an Access and Control List (ACL). These programs will provid e: Easier viewing of specific data required to meet mission goals. Identification of shortfalls within the system(s) (lack of current/good data). Quicker access of the data. 3.4 The contractor will ensure the LMP solution contains the following functionality and characteristics for the AFSC/JMC: Real-time system. Overall visibility of the stockpile. Better accountability of the records (stockpile and financial). Better control and tracking of all munitions projects. Ammunition business processes that work properly to support the depot mission. Easier viewing of specific data required to meet mission goals. Identification of shortfalls within the system(s) (lack of current/good data). Quicker access of the data. The required scans for the cleansing of legacy systems in accordance with the AFSC/JMC Function Team. All required reports with the data elements and in the format as identified by the AFSC/JMC Function Team/Contracting Officer Representative (COR). 3.5 The contractor wont be required to establish an Access Control List (ACL) restriction requirement for this application. The required scans for the cleansing of legacy systems in accordance with the AFSC/JMC Functional Team. All required reports with the data elements and in the format as identified by the AFSC/JMC Functional Team. Writing appropriate ECPs for SDS in relationship to LMP/GCSS-A/T/CAM. Become an AFSC/JMC LMP Subject Matter Expert in the Inventory Management/Warehouse Management modules of SAP R/3. Versed in CAM and GCSS-A/T processes and how they will integrate with LMP. 3.6 Contractor will review for accuracy and any applicable user manuals developed by team CSC and provide input to the AFSC/JMC functional team. This also includes investigative measures to ensure data integrity into LMP. The contractor will ensure the L MP solution is developed: In accordance with AFSC/JMC requirements. All required reports with data elements and in the format as identified by the Contracting Officer Representative (COR). Ammunition SDS business processes that work properly to support the Single Manager for Conventional Ammunition (SMCA) and Army ammunition missions. The required scans for the cleansing of legacy systems in accordance with the AFSC/JMC Functional Team. All required reports with the data elements and in the format as identified by the AFSC/JMC Functional Team/Contracting Officer Representative (COR). Writing appropriate ECPs for SDS in relationship to LMP/CAM/GCSS-A/T. 3.7 Prior to start of any designated project, the contractor and AFSC/JMC Functional Team will identify and finalize specific tasks to be accomplishe d. The AFSC/JMC Functional Team will be responsible for assisting in designing or evaluating of contractor cleansing plans. Prior to the start of each major project, AFSC/JMC Functional Team will outline the functional objectives and lists of tasks to be completed by the contractor to include potential ECPs to our legacies. During the life of each project, the contractor will coordinate with at least one member of the AFSC/JMC Functional Team. 3.8 Contractor shall be required to investigate discrepancies, good and bad data and forward this data element to the data cleansing team. The purpose of identifying these data elements is to migrate only good data for the AFSC/JMC into the Logistics Modernization program (LMP). If software conversions are required to accomplish platform-to-platform interfaces or migration of data from one platform to another platform, the Government shall approve recommended software. All software programs developed in conjunction with this SOW will become the property of the Government in accordance with DFAR 252.227-7014. As of June 21, 2000, Contractors must comply with Section 508 of the Rehabilitation Act. Further information on Section 508 may be found at http:www.section508.gov. The contractor shall be required to investigate and correct SDS systematic problems. The direction for correction of problems or design of new programs will come from approved Engineering Change Proposals (ECPs) from the Ammunition Domain Manager. This will include working with the CSC personnel assigned to the support of the ammunition module as well as the AFSC/JMC Functional Team. Contractor shall work with the AFSC/JMC Functional Team members in designing SAP R/3 PS screens with the correct data element fields, ensuring our business process will meets the AFSC/JMC mission goals. 3.9 The contractor shall validate and verify all developmental and technical documentation to meet specified physical, functional, technical and performance requirements for data as it relates to CAM/GCSS-A/T and cleansing the legacy systems identified. Verification tasks shall include system, software, and hardware design system design documentation, support/maintenance documentation and system procedures. Validation tasks shall include validation of developed hardware/software, validation of support documentation and system performance. The contractor shall be required to perform analysis and assessments on existing integrated systems and devices in an effort to identify reusable hardware and software elements as a cost savings method in upgrading these devices to meet established criteria for worldwide use. This work shall also address all aspects of documentation, supportability, maintainability, and reliability normally associated with good engineering practices. If software conversions are required to accomplish platform-to-platform interfaces or migration of data from one platform to another platform, the Government shall approve recommended software. All software programs developed in conjunction with this SOW will become the property of the Government in accordance with DFAR 252.227-7014. As of June 21, 2000, Contractors must comply with Section 508 of the Rehabilitation Act. Further information on Section 508 may be found at http:www.section508.gov. 4.0 DELIVERABLES: 4.1 The contractor shall deliver documents and written monthly reports (prepared in Microsoft Word for Windows), and others upon request, summarizing results, accomplishments and conclusions derived from functional/technical verifications, validations and engineering studies. Essentially, this will highlight the specific accomplishments of the contractors team for the month and offer a planned listing of tasks for the upcoming month (understanding that the government and contractor must be flexible with w ork schedules and related workload). Del ivery dates for the monthly report/summary are due not later than the fifth calendar day of the next month. All other deliverables shall be established and mutually agreed upon by Government and contractor at the Start of Work Meeting and as delineated in the Performance Assessment Plan (PAP). These reports and deliverables/are as follows: List the work completed as discussed beforehand. This includes all meetings and work performed during the period. The report should include a summary of functional and technical problems encountered and solutions provided to these problems. Have In-process Reviews (IPRs) with AFSC/JMC Functional Team as required, until task order is completed. 4.2 The contractor shall make corrections identified in the review process no later than five working days after Government review. The products will be reviewed for functionality, style and format. 4.3 All work shall be performed with extensive communication between the AFSC/JMC Functional Team/COR and the contractor. The goal shall be to provide maximum knowledge transfer for the contractor to the above-mentioned AFSC/JMC personnel prior to completi on of statement of work. 5.0 IN-PROCESS REVIEWS (IPRS) 5.1 IPRS shall be held as required (unless waived by the AFSC/JMC Functional Team/COR) at which time the contractor shall provide a status of the work performed and identify any known potential problems. The day and time for the IPRs shall be announced by the COR and fully coordinated with the AFSC/JMC Functional Team. The contractor shall provide daily informal status updates as needed. Contractor shall record the minutes of the IPRs and shall distribute the meeting minutes within two (2) working days. Con tractor will attend IPRs as requested by AFSC/JMC. 6.0 PROGRAM DIRECTOR RESPONSIBILITIES 6.1 The Project Director shall maintain and have available for review upon Government request, both a functional and technical issues log book. These logs shall contain documentation of functional and technical issues the Contractor encounters during the performance of the activities associated with this task order. The logbooks shall become the property of the Government, and upon conclusion of the task order, shall be turned over within two (2) days of the conclusion of the contract to the COR. 7.0 GOVERNMENT FURNISHED EQUIPMENT (GFE): 7.1 The Government shall provide the following: A work area for contractor personnel Programming Contractors for special cases only may be available to work from home at the Governments discretion. Personal computers with network printing capabilities, E-mail, and Internet access for each contractor employee. Each PC will be loaded with software required to perform the required activities Contractor personnel will have identification badges, which shall be used as required by AFSC/JMC. Applicable user IDs and Passwords 8.0 CONTRACTING OFFICER REPRESENTATIVE (COR). 8.1 A Contracting Officer Representative (COR) shall be appointed for this Statement of Work and shall work in accordance with the COR letter signed by the Contracting Officer. All submittals, correspondence and formal discussions shall be coordinated with the COR. Overall coordination of the effort will be the responsibility of the Government Contracting Officers Representative (COR). 9.0 SECURITY. 9.1 The contractor will comply with all applicable security regulations. 10.0 TRAVEL 10.1 The COR or designated representative shall approve all travel required for the performance of this statement of work. The Government will reimburse travel expenses incurred by contractor for the performance of this statement of work. Contractor wi ll submit an itemized invoice for all travel reimbursements. Travel and lodging/per diem expenses shall be in accordance with joint travel regulations. 11.0 PERIOD OF PERFORMANCE: 11.1 Period of performance is from 17 DEC. 2004 through 17 December 2005 with 4 option years.
- Place of Performance
- Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
- Zip Code: 61299-7630
- Country: US
- Zip Code: 61299-7630
- Record
- SN00706094-W 20041111/041109212035 (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 |