Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2008 FBO #2575
SOURCES SOUGHT

70 -- Computerized Maintenance Management Software and Services

Notice Date
12/12/2008
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Social Security Administration, Office of Budget, Finance, and Management, SSA Region 9, 1221 Nevin Avenue, R 6, Richmond, California, 94801
 
ZIP Code
94801
 
Solicitation Number
SSA-RFQ-09-09-4000
 
Response Due
1/16/2009 2:00:00 PM
 
Point of Contact
Renata Terry,, Phone: 5109708355, LaTanya Evans-Tate,, Phone: (510) 970-8347
 
E-Mail Address
renata.terry@ssa.gov, latanya.evans@ssa.gov
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A REQUEST FOR PROPOSAL, AND INVITATION FOR BID, OR A REQUEST FOR QUOTATION. The Social Security Administration (SSA) seeks a Computerized Maintenance Management System (CMMS). The Frank Hagel Federal Building has used a software program as its CMMS since 2002. The primary functions are tracking and processing of service calls and Preventive Maintenance (PM). The software drives an Oracle database installed on an on-site server, which includes an inventory of building equipment and detailed history of maintenance and repairs. The software has been updated on a recurring basis, but SSA at this time has a requirement to replace this software. The Social Security Administration is issuing this Sources Sought Notice as part of a market research to determine the availability of services, products, and capabilities in the market place. No solicitation is being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Any information provided by the industry to the Government as a result of this sources sought is voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of the contractor submission of responses or Government use of such information. Information obtained from the industry responses to this notice may be used in the development of the acquisition strategy and future request for proposals. A. Purpose: The purpose of this document is to implement a Computerized Maintenance Management System (CMMS). The required application software will either be vendor or customer hosted. B. Software Requirements Solution must be commercial off-the-shelf software that meets the following minimum technical requirements: • Capable of operating on clients running Microsoft software, including oWindows XP (SP1 and above) and Vista (SP1 and above) operating systems oInternet Explorer 6.x and later oMicrosoft Office 2003 and later •Customer – hosted solutions must be capable of operating in a Microsoft Windows (Server 2003 SP2 and above) Active Directory environment •Vendor – hosted solutions must be located entirely within the United States •Customer data must be exportable in standard format(s) •Compliant with Section 508 of the Rehabilitation Act (refer to http:www.section508.gov for more information) •IPv4 and IPv6 compliant Vendor response packages must include information fully describing the following: •Detailed system requirements; •License requirements; •Support maintenance (security patches, program fixes, and updates); •System Administrator training, including documentation, for application – specific maintenance and support; and •Technical support (help desk and/or knowledge base) availability and contact methods. •Responses for vendor – hosted solutions must thoroughly describe methodology for oPhysical and logical security, including secure data transmission and storage; and oHigh availability, including fault tolerance, redundancy, and disaster recovery. C. Description of Software Modules to Be Provided As a minimum, the following application software modules shall be provided: •Work Request Entry and Status Look – Up Using Custom HTML Pages: Contractor shall provide work request functions, which shall be available to all government employees using the system. Request forms shall be flexible, allowing users to custom design to various specifications. Work request module shall include work request status look-up, and the ability of facilities staff to filter and review incoming work requests. •Preventive Maintenance: This module shall allow PM’s that can be used to predefine labor, parts, and tools desirable for repetitive work along with all other related features found in the usual work order. •Work Order Management: This module shall have the capability to produce Work Requests, turn requests into Work Orders and assign the work to a trade, shift, department, or specific person. Using the functionality in Work Orders, the user shall be able to distribute parts and tools required for the job, schedule the work, add documentation to the work order such as instructions, drawings, manuals, videos, AutoCAD, or links to live websites that supply Federal regulatory specifications. • Work Order Assignment and Scheduling: This module shall allow maintenance mechanics the ability to view all work orders that are currently available through the system. They should have the ability to schedule and sort work orders using various criteria such as trade, type, priority, etc. The mechanic should also have the ability to assign work orders to a certain trade or allow an employee status to be defined such as active or inactive. • Equipment Management & Specifications: This module shall allow users to individually track equipment, assets and maintain an inventory of assets along with related information. This shall include the following information: asset numbers, department, model, serial number, drawing numbers, original cost, current location, supplier, history of each piece, etc. • Safety Procedures: This module shall allow standard safety, risk management and Standard Operating Procedures (SOP) to be defined, and will also allow the procedures to be linked to work orders or PM jobs. • Standard Procedures: This module shall allow standard work procedures to be defined and or linked to work orders or PM jobs. • System Security: This module shall identify user access, which will be determined by the system administrator. Access will be defined by menu, sub-menu, and program level. Program access may be full access, read-write, read-only, or no access. Program should have the capability to restrict which portions of the system a typical user will see when they sign in to the application. System Administrator can define security profiles. A user will be assigned a specific profile which would control their access to various modules of the program. • Reporting, Analysis and KPIs: This module shall include a collection of regular CMMS reports. The software will also include a report write function that provides the capability to create and alter user defined reports. These reports are to include report selection criteria, date range selection criteria and sort criteria. Reports can be viewed, printed, or exported to Excel. D. Customer Training and Support Contractor shall provide customer training to SSA personnel as required. Contractor shall provide customer via telephone for application, technical support, and issue resolution. Customer support shall be available 7 days a week, between the hours of 6:00 AM and 6:00 PM PST. Information received will normally be considered solely for the purpose of determining whether to conduct any future competitive procurement for these services. Sources capable of fully satisfying the above requirements are invited to submit capability statements /expressions of interest providing the Government with the necessary information to determine actual capability. At a minimum, this information, which must be prepared specifically in response to this notice should include; (1) identification of company or organization; (2) an assertion of existing, full capability to meet the proposed requirements; (3) business/contracts/ market office point(s) of contact; (4) notification of business size and / or special status; and (5) any additional; information that may be useful to the successful procurement of the requirements, if solicited. These expressions of interest shall adhere to a 10-15 page (81/2 by 11) submission plus web links and any specialized product descriptions. General marketing material should not be included in your package. The Social Security Administration (SSA) prefers that companies do not submit proprietary material. However, the Government recognizes that proprietary data may be a part of your submittal. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted / non-proprietary information. Selection of firms for one-on-one interviews will be through an order of preference based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required. This will include (1) past performance capabilities; (2) specialized experience and technical competence; (3) capacity to accomplish the work in the required time; (4) past performance on contracts that are similar in size and complexity (5) any other special qualifications required under this announcement by the contracting activity. Interested offerors shall respond to this Sources Sought Synopsis no later than close of business (2:00 pm, California time) January 16, 2009. All interested contactors must be registered in the Contractor Central Registration (CCR’s) database to be eligible for a contract award. You can mail your response to the address noted below to the attention of Renata Terry, Contracting Officer, fax (510) 970-8106 or e-mail your responses to renata.terry @ssa.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c5405e886a5bf4660cd620eb7e10bbc5&tab=core&_cview=1)
 
Place of Performance
Address: Social Security Administration, 1221 Nevin Avenue, R-6, Richmond, California, 94801, United States
Zip Code: 94801
 
Record
SN01718322-W 20081214/081212215826-c5405e886a5bf4660cd620eb7e10bbc5 (fbodaily.com)
 
Source
FedBizOpps 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.