Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2005 FBO #1301
SOURCES SOUGHT

D -- Sources sought for small business set-aside determination. Provide project mgt; support the Standard Army Maintenance System-Enhanced fielding planning, strategy, support for fielding, implementation training and maintenance.

Notice Date
6/17/2005
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
ACA, ITEC4, Directorate of Contracting , 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W91QUZ-05-R-0022
 
Response Due
6/21/2005
 
Archive Date
8/20/2005
 
Point of Contact
BETTY JONES, 703-325-1715
 
E-Mail Address
ACA, ITEC4
(betty.jones@itec4.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
BACKGROUND INFORMATION. This is not the complete PWS. Please review, and email Ms. Betty Jones at betty.jones@itec4.army.mil if you are capable and/or have the partners to be a prime or subcontractor on this project. Respond by Tuesday, 21 June 05 , close of business. Prior effort was valued at over $40 Mil. Project Manager Logistics Information Systems (PM LIS) requires a contractor to continue the effort to comply with the Chief of Staff of the Armys Good Enough guidance which allows SAMS-E to act as the bridge between current functionality and the Enterprise Resource Planning (ERP) solution. The Contractor shall provider project management; support the immediate need for SAMS-E fielding planning and strategy, provide support for fielding, i mplementation training, and data conversion and provide functional and technical software development and Sustainment support, which includes requirements determination, configuration management, testing, security, training, documentation, and customer ass istance. Additionally, the Contractor shall provide program security management support and information vulnerability management support necessary to sustain, modify, and improve the deployed systems operational software. SECTION 3. GOVERNMENT FURNISHED PROPERTY AND SERVICES. The government will provide the all delivered SAMS-E software deliverables and documentation resulting from the existing SAMS-E development contract; government facilities, government computers, equipment, and supplies (GFE/S), if required; and the applica ble hardware and software to field SAMS-1E & 2E. SAMS-E will utilize Commercial Off the Shelf (COTS) laptop computers on a 1 for 1 replacement basis for each existing ULLS-G and SAMS-1 and SAMS-2 computer, IAW the approved HWCI. Each fielded machine will have Windows XP, Oracle 10G Enterprise Edition and MS Office preloaded. SECTION 4. CONTRACTOR FURNISHED ITEMS AND SERVICES. GENERAL. Except or those items or services specifically stated to be Government furnished in Section 3, the contractor shall furnish everything required to perform this contract. SECTION 5 SPACIFIC TASKS. Project Manager Logistics Information Systems (PM LIS) requires a contractor to implement the Standard Army Management Information Systems (STAMIS) Software Change Packages (SCP L21-12-00 and L26-12-00), and perform a full range of services to support the fielding and implementation of SAMS-1E and SAMS-2E and to provide SAMS-E Software Sustainment Support. The contractor shall provide Program Security Management support to the Assistant Project Manager Automated Logistics Information Systems (APM ALIS) to provide efficient and effective Information Assurance Vulnerability Management (IAVM) addressing its inf ormation warfare mission. APM ALIS requires a solution that will react to the ever decreasing timeframe to review, test, and report IAVM compliance to a Network Enterprise Technology Command (NETCOM) Army Computer Emergency Response Team (ACERT) identifie d threat. The contractor shall provide support for legacy STAMIS modernization program of logistic systems. If required, the contractor shall support the modernization of legacy systems to include development efforts, government testing, and assist in the resolutio n of SAMS-E testing trouble tickets and be expected to analyze, design, program fixes, and test the changes. SPECIFIC TASK DESCRIPTION 5.1 Task 1 SAMS-1E and SAMS-2E Fielding and Implementation Contractor is required to immediately support the development of the SAMS-E fielding strategy and planning, and fielding SAMS-E to the locations designated by the government within 18 months after the decision to field is made. Contractor shall perform as a minimum: as a member of site surveys and extension fielding teams; update and deliver ULLS-G and SAMS-Rehost data conversion and data cleansing procedures; update and deliver system orientation briefings for operators, managers, and commanders, to includ e a system demonstration of the applications, the CBT, the EUM, and tutorials; update and deliver SAMS-1E and SAMS-2E implementation training materials specified in the table below; incorporating the PM LIS Customer Support Network (CSN) information in the training, and conduct implementation training; provide each student a Certificate of Training upon completion of training provided for SAMS-1E and SAMS-2E; and support data conversion and to assist operators with user problems identified during the fieldin g process. Course Type Audience Duration Estimates SAMS-1E Operators Course Prescribed Load List (PLL) and Maintenance Clerks, Production Control Clerks, Shop Supply Clerks, and Dispatchers. 12 hours SAMS-1E Managers Course Company and Battalion Motor Officers, Technicians, and Sergeants, Company Executive Officers, Shop Officers and Maintenance Warrants 8 hours SAMS-2E Course Battalion and Brigade Support Operations, S-4 Staff, and any other applicable staff level positions 8 hours SAMS-1E & 2E Commanders Course Company and Battalion Commanders, Battalion Executive Officers 2 hours SAMS-1E & 2E Data Conversion and Operations Course CSSAMO personnel 12-24 hours 5.2 Task 2 SAMS-E PDSS Software Sustainment Support Software Sustainment support includes the functional and technical design, development, configuration management, customer assistance support, documentation, risk management, testing, quality assurance, a nd security. All functional and technical work shall be accomplished within the guidelines of the government policies and procedures governing the applicable Standard Army Management Information Systems (STAMIS). As directed by the PM LIS, these services may include: testing Automated Data Processing (ADP) hardware; performing functional and diagnostic testing, software loading and integration, configuration control, software and hardware requirements, training, fielding of software, installing equipment, and collecting data. Additionally, automated Identification Technology (AIT) and related devices may also be inclusive of the Integration services. Testing services include using legacy supply and maintenance systems as part of the integration testing. 5.2.1 SOFTWARE MAINTENANCE The contractor shall perform functional and technical analysis, design, development, programming, Security Management and Testing in accordance with the government policies and procedures. The contractor shall provide the maintenance processes on the SAMS -E software and implement modifications as defined within the approved government software change proposals. Modifications to the SAMS-E software awaiting the government decisions include: incorporating specified SAMS-I/TDA functionality, changes to AMSS reporting, and TLDD and/or Enterprise Workload & Performance System (EWPS) interfaces. When directed by the government, the contractor shall provide impact assessments. The contractor shall expect to analyze, design, program, and test the changes, which support only the change packages approved by APM ALIS. The contractor will be expected to follow the normal system change package release procedures to support testing and release currently in place for all APM ALIS STAMIS, unless specifically directed by the PM LIS COR or GTL. The contractor shall provide technical support and hardware and software evaluation support to ensure viable common-off-the shelf (COTS) production hardware and software are readily available to maintain/extend SAMS-E life until replaced by the objective s ystem. All the developed software becomes U.S. Army owned and shall contain all the standard Windows 2003/XP operating system functionalities. The contractor shall conduct management, test and implementation of current and future security processes and protective measures in accordance with applicable DOD and DA security publications. This support shall include but not be limited to Information Assurance Vulnerability Aler ts (IAVAS) and Army Computer Emergency Response Team/Computer Emergency Response Team (ACERTS/CERTS). 5.2.2 Configuration Management Support The contractor shall provide configuration management support to SAMS-1E and SAMS-2E in accordance with government policies and procedures established in Army Regulation 25-1, Army Knowledge Management and Information Technology; Army Regulation 25-1, Info rmation Assurance; and the best commercial practices in the for configuration management written by the Institute of Electrical & Electronics Engineers, Standard 828-1998. 5.2.3 Software Testing The PM LIS Integration and Testing Facility at Ft. Hood will conduct a Software Qualification Test (SQT), which includes a tactical communications test to verify that the new software retains its functional requirements when connected via current Army tact ical communication systems. The contractor is responsible to correct problems identified on Test Incident Reports found during testing, as required by the government. Throughout the project, the PM LIS Integration and Testing Facility at Ft. Hood will pr ovide data for internal testing, SQT testing, and tactical communication test. The contractor will provide, as needed, contractor personnel to assist in the government testing. Contractor will ensure the full functionality of the new software. This effo rt will require the contractor to perform internal software development testing. 5.2.4 Securities The contractor shall maintain the systems to meet requirement of AR 25-2 Information Assurance, DODD 8500.1 Information Assurance and DODI 8500.2 Information Assurance Implementation. Systems changes will meet requirement sufficient to obtain an Approval T o Operate (ATO) or Interim Approval To Operate (IATO) as determined at the Department of Defense Information Technology Security Certification and Accreditation Process (DITSCAP). Systems using Windows XP will be configured in accordance with: Defense Information Systems Agency Security Technical Implementation Guide, Windows XP STIG, https://iase.disa.mil/techguid/stig/windows-xp-stig-v1r8-120302.doc Database STIG, https://iase.disa.mil/techguid/stig/database-stig-070703.zip Systems using Windows 2003 should be configured in accordance with the National Security Agency (NSA). Current guidance is: Windows Server 2003 Security Guide As part of a change in our development strategy for security guidance, the National Security Agency does not intend to publish a separate security guide for Windows Server 2003 beyond what was produced as the cooperative effort between the vendor and the s ecurity community. The High security settings in Microsofts Window Server 2003 Security Guide track closely with the security level historically represented in the NSA guidelines. It is our belief that this guide establishes the latest best practice s for securing the product and recommend that traditional customers of our security recommendations use the Microsoft guide when securing Windows Server 2003. Questions relating to this or any NSA security recommendation guidance should be addressed to w2kguides@nsa.gov. Additionally, the contractor will have to assist the government security personnel as required in documenting the various security features and Win 2003/XP templates and settings for the abbreviated System Security Authorization Agreement (SSAA) or Approva l to Operate (ATO) that will be required for system Net worthiness certification. 5.2.5 Training In addition to design, development, and delivery of all implementation training material to support the initial fielding of SAMS-1E and SAMS-2E describe in Task 2, the contractor shall provide maintenance of the Program of Instruction, lesson plans, practi cal exercises, exams, interactive screen help, Computer Based Training (CBT) and tutorials to correspond with software modifications directed by the government. At the government's option and an additional cost, the c ontractor will provide a web-based version of the CBT for use by Training and Doctrine Command (TRADOC). NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (17-JUN-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/DABL/DABL01/W91QUZ-05-R-0022/listing.html)
 
Place of Performance
Address: PM LIS Military Installation Fort Lee VA
Zip Code: 23801-1718
Country: US
 
Record
SN00832199-F 20050619/050617212109 (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.