SOLICITATION NOTICE
13 -- Logistic Moderization Program development and support
- 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-5056
- 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 for a Ammunition Material Management Subject Matter Experts for the Joint Munitions Command (JMC) in support the Logistics Modernization Program (LMP), Single Army Logistics Enterprise (SALE), Product Lifecycle Management (PLM+) and Global Co mbat Support System Army/Tactical (GCSS-A/T) 1.0 OBJECTIVE: 1.1 This Scope of Work (SOW) represents the support services to the JMC to modernize our systems with an ERP commercial off the shelf (COTS) system for the Joint Munitions Command (JMC) while supporting the current legacy systems, data cleansing and becomi ng proficient in the LMP SAP Software and associated Business Processes and Business Process Reengineering. The Government Project Lead (JMC Ammunition Domain Manager) will review potential candidates resumes and has final approval authority. 2.0 OVERVIEW OF TASK: 2.1 The Government will approve all changes to ADAP/CCSS and will prioritize the workload. All levels of effort will be rated by Categories. Categories I = (1- 10 hours/week), Category II = (11-20 hours/week), and Category III = (21-30 hours/week). The contractor shall support the Joint Munitions Command (JMC) by providing munitions management subject mater expertise, documentation and engineering services, which will elevate the JMC standards in accordance with the Revolution in Military Logistics (2010 ), the Army After Next (AAN) 2015 and beyond and the Single Army Logistics Enterprise (SALE) by incorporating our business processes into an ERP commercial off the shelf (COTS) package. 3.0 DETAILED DESCRIPTION OF WORK: 3.1 The Contractor will: Must have an expert knowledge and understanding of the mission and functions of the JMC, at the Headquarters, Installation level, and DAC and how they will be developed into functional requirements within the LMP Solution to include the various major mod ules Logistics, Advanced Planning Optimizer, Human Resources, Finance and Information Tools such as R3, Business Warehouse, Environmental Health & Safety and Product Lifecycle Management Plus. Attain and maintain a level of proficiency for executing LMP SAP R/3, APO and other Defense Sector Munitions transactions. Work hand-in-hand with the government functionals (MSC, Installation level, other services, and DAC) in re-engineering the business processes developing interfaces and supporting/subsuming bridges and uniques. These processes will incorporate the mandato ry data elements from current legacies, bridges/unqiues, and interfaces (pipelines). The government will determine the source system for these data elements with recommendations from the contractor. Ensure that LMP provides the JMC functionals the ability to review data in a format that enhances their current working performance. Ensure that the JMC LMP objectives are met for: o Development of real time or near real time system(s). o Improved overall visibility of the stockpile (SMCA and Non SMCA). o Better accountability of the records (stockpile and financial)and improved data accuracy. Be knowledgeable in most Army regulations that concern munitions management business process and systems to include: interfaces, bridges/uniques, cataloging and data. Ensure that Team CSC develops LMP ammunition solution: o In accordance with JMC requirements. o Reports with the required data elements and in the format identified by the COR/JMC Functional Team. 3.2 The Contractor will: As required with coordinated efforts on the SAP Defense Sector Munitions Solution representing the AFSC/JM C, on all matters concerning the Logistics Modernization Program (LMP) to include knowledge of most Army/DOD regulations. 3.2.1 Individual Skill Sets Required: o Conduct site visits to the AFSC/JMC installations (24 trips/year) to capture requirements as required for bridges/uniques, requisitioning and how they relate to our Ammo business processes. (Cat II) o Support special projects using analytical skills to resolve or prepare studies for Munitions Supply Chain Management Models and Simulations from Factory to Foxhole (5-10 briefings). (Cat I) o Develop Briefings, White Papers and other documentation and represent the Joint Munitions Command (JMC), on all matters concerning the Logistics Modernization Program (LMP), Single Army Logistics Enterprise (SALE), Product Lifecycle Management (PLM+) and Global Combat Support System Army/Tactical (GCSS-A/T) within the Army Material Command, the U.S. Army and the Joint Ordnance Commanders Group (JOCG) supporting the JMC LMP Core Team, the Ammunition Domain Manager; migrating to the Ordnance Management & Manufacturing Business Team Lead (20-25). (Cat I) o Develop the applicable functional and technical specifications to support development of functional requirements for bridges and uniques (56). (Cat II) o As required, to provide education and training classes (10-12), advice and support to AFSC/JMC management, LMP Expert and End Users. (Cat I) o Develop all technical and functional specifications for the interfaces (25). (Cat II) o Quantify bridges/uniques by installation and command identifying which systems are to be subsumed by LMP and which is to remain an interface or a potential Task Order. (Cat I) 3.2.2 Individual Skill Sets Required: o Perform as the Lead Developer(s) for on all matters pertaining to the Advance Planning Optimizer module within core SAP R/3 in LMP for the Ammunition solution. (Cat I) o Develop Briefings, White Papers and other documentation and represent the Joint Munitions Command (JMC), on all matters concerning the Logistics Modernization Program (LMP), Single Army Logistics Enterprise (SALE), Product Lifecycle Management (PLM+) and Global Combat Support System Army/Tactical (GCSS-A/T) within the Army Material Command, the U.S. Army and the Joint Ordnance Commanders Group (JOCG) supporting the JMC LMP Core Team, the Ammunition Domain Manager; migrating to the Ordnance Management & Manufacturing Business Team Lead (20-25). (Cat I) o Anticipate further development and maintaining of the data objects (42) for AFSC/JMC. (Cat I) o As required, to provide education and training classes (20-25), advice and support to AFSC/JMC management, LMP Expert and End Users for APO to include preparation, briefing, documentation, and reporting minutes. (Cat II) o Provide guidance and recommendations to AFSC/JMC personnel for the creation and mapping of SAP requirements that do not exist in legacy systems. (Cat I) o Conduct site visits to the AFSC/JMC installations (28 trips/year) to capture requirements as required to support the requirements domain across the AFSC/JMC command. (Cat II) o Quantify the number of legacy applications to be subsumed under the APO module of LMP. (Cat I) 3.2.3 Individual Skill Sets Required: o Anticipate future development of programs/scans (50-60 programs/scans) 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 legacies. (Cat II) o Conduct site visits to the AFSC/JMC (8 trips/year) to capture requirements as required to support the data cleansing/migration process from legacy to LMP. (Cat I) o Perform as the Lead for on all matters pertaining to the data validation/migration from legacies to SAP/LMP for the Ammunition solution. (Cat II) o Quantify data cleansing by performing scans and reporting monthly percent to be identlified and cleansed. (Cat I) 3.2.4 Same Skill Se ts Required: o Attend all meetings related and/or impact the AFSC/JMC community (300-500) and provide reporting status within 48 hours. (Cat II) o Require Quarterly reporting to include training, data cleansing/migration, development of the Ammo solution, and testing to include status. (Cat I) o Contractor will update any applicable user manual(s) (8-12 manuals) to reflect the enhancements. (Cat I) o After Go-Live, provide Help Desk level support to AFSC/JMC Expert and End Users. (Cat II) o Provide development of custom configuration and perform evaluations (35-50). (Cat I) 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) in relation to APO. (Cat I) o The contractor may be required to write/develop Engineering Change Proposals (ECPs) (10-20 ECPs) as required for the legacy and/or the Continuous Improvement Program (CIP) for LMP. (Cat I) 3.3 The contractor shall be required to investigate and develop data cleansing programs for JMC legacy systems. The purpose of developing these data cleansing programs and/or ECPs is to have JMC migratory data as accurate as possible before JMC migrates in to the Logistics Modernization program (LMP). 3.4 The contractor will work in accordance with the guidelines provided by the stockpile and inventory functionals in developing programs/scans/reports for reviewing data in a specific format (i.e. sector/segments). These programs will be laid out in a spe cific format by our functionals in our legacy systems, but not limited to the Commodity Command Standard System (CCSS) and Standard Depot System (SDS). The required reports with data elements will be in the format as identified by the User, the LMP Core Team or COTR. Support may be required to move data from mainframe to a server within JMC. Databases may be developed using software (such as Microsoft Access, SQL Server, and Oracle). In addition, the contractor will prepare any graphics/video/photographs for integration into processes where necessary. 3.5 These programs will provide: Easier viewing of specific data required to meet mission goals. Identifying shortfalls within the system(s) (lack of current/good data). Provide quicker access of the data. 3.6 The contractor shall validate and verify all developmental and technical documentation to meet specified physical, functional, technical, and performance requirements for interfaces, bridges/uniques and data as it relates to LMP and/or CAM and cleansin g 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. 3.7 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 cri teria for worldwide use. This work shall also address all aspects of documentation, supportability, maintainability, and reliability normally associated with good engineering practices. 3.8 Prior to start of any database/server project, the contractor and JMC representatives will meet to identify and finalize specific tasks to be accomplished. 3.9 The JMC functional team will be responsible for assisting in designing or evaluating of contractor cleansing plans. Prior to the start of each major project, JMC team will outline the functional objectives and lists of tasks to be completed by the con tractor. During the life of each project, the contractor will have at least one member of the JMC team assisting in the projects. 3.10 The JMC LMP Core Team will be responsible for assisting in designing or evaluating the contractor strategic and transition/implementation plans. During the life of each project, the contractor will have at least one member of the JMC LMP Core Team assisting in the projects. 3.11 If software conversions are required to accomplish platform-to-platform interfaces, the Government shall approve recommended software. All software programs developed in conjunction with this statement of work 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. 3.12 The Contractor will not be required to establish an Access Control List (ACL) restriction requirement for these applications. 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). Delivery 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 S tart 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 documents, database files, graphics, etc. 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. Each product shall be reviewed for functionality, style and format. 4.3 All rights to the software library developed under this statement of work will become the property of the Government. 4.4 All work shall be performed with extensive communication between JMC Functional Team/COR) and the contractor. The goal shall be to provide maximum knowledge transfer for the contractor prior to completion of statement of work. 5.0 IN-PROCESS REVIEWS (IPRS) 5.1 IPRs shall be held as required (unless waived by the 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 coordinated with t he JMC functionals. The contractor shall provide daily informal status updates as needed. Contractor shall record the minutes of the IPRs and shall distribute these minutes within one (1) working day. JMC functional and technical personnel will attend IPRs along with the contractor. 6.0 PROGRAM DIRECTOR RESPONSIBILITIES 6.1 The Program 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 pe rformance 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 to the Government. 6.2 The Program Director will provide estimates of resources, hardware, and software costs associated with completing tasks. 6.3 The Program Director will provide reports showing allocated funds for specific and planned tasks, and the remaining unallocated funds. 7.0 GOVERNMENT FU RNISHED EQUIPMENT (GFE): 7.1 The Government shall provide the following: A work area for contractor personnel 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 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 IAW the Contracting Officer Representative letter issued by the Contracting Officer. All submittals, correspondence and formal discussions shall be coordinated wi th 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 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 will submit an itemized invoice fo r all travel reimbursements. Travel and lodging/per diem expenses shall be in accordance with joint travel regulations. 11. PLACE OF PERFORMANCE: 11.1 Joint Munitions Command, Rock Island Arsenal, IL. Other locations as necessary and directed by JMC (primarily JMC Installations, the CSC CCSS Support Center, St Louis, MO and the LMP development site in Moorestown N.J.) 12. INVOICES: 12.1 The Period of Performance (POP) for each invoice will be for one calendar month. The contractor shall submit only one invoice per month per order/contract. Included with the invoice will be all backup documentation required such as, but not limited to , travel authorizations and training authorizations (including invoices for such). The receiving agency's written acceptance with the signature of the authorized customer representative and the date of acceptance will be included as part of the backup docu mentation. In lieu of physical customer representative signature, contractor shall submit an electronic copy of the invoice to the IT-Solutions Shop for clients evaluation and acceptance. If the invoice is received without all of the required backup docum entation, especially the customer's written acceptance, the invoice will be rejected. Client Invoice rep is Mr. Brian D. Terhune. 13. PERIOD OF PERFORMANCE: 13.1 Period of performance is from 10 December 2004 through 10 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
- SN00706095-W 20041111/041109212036 (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 |