SOURCES SOUGHT
70 -- Manufacturing Execution System Information Technology Support Services
- Notice Date
- 9/17/2010
- Notice Type
- Sources Sought
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- ITEC4, NCR PARC (NCR-CC), Directorate of Contracting, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
- ZIP Code
- 22331-0700
- Solicitation Number
- W91QUZ10LMPMES
- Response Due
- 10/1/2010
- Archive Date
- 11/30/2010
- Point of Contact
- Tiffany Green, 703-325-8021
- E-Mail Address
-
ITEC4, NCR PARC (NCR-CC)
(tiffany.green3@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is not a solicitation. This will not bind the contractor or the Government in any way or at any time into a contract with any of the specified terms below. The solicitation number for the SOURCES SOUGHT ANNOUNCEMENT is W91QUZ10LMPMES; this number is assigned to this action for references only, there is not a solicitation at this time. This is a request for information only. Do not submit a proposal or quote. INTRODUCTION The U.S. Army Contracting Command - National Capital Region Contracting Center (NCRCC) on behalf of the Project Office of the Logistics Modernization Program (LMP) under U.S. Army Program Executive Office Enterprise Information Systems (PEO EIS) is conducting market research for Manufacturing Execution System (MES) Software Services. The purpose of this Sources Sought Announcement is to locate and identify any sources capable of providing all of the services for this requirement as stipulated in the Performance Work Statement (PWS). The source will be required to provide support services and training for the Governments implementation of a MES to the Army Material Commands Industrial Base. This is a request for information only. Do not submit a proposal or quote. The Sources Sought Announcement is soliciting for information related to the PWS. All interested organizations must provide answers to the below questions. After reviewing the PWS, interested capable contractors are invited to provide responses to the following questions: Name of Company: Address: Point of Contact: Phone Number: Fax Number: Email Address: (1)Does your company possess the capabilities to independently provide the entire range and depth of services called for in the PWS? ____YES ____NO (2)If you answered YES to question # (1), what services called for in the PWS can your company provide? Please provide some specific examples. (3)If you answered NO to question # (1), what services called for in the PWS could your company provide? Please provide some specific examples. (4)Is your company currently providing similar services to another government agency or non-government customer? If so, please identify the agency or non-government customer. If you are unwilling to share your customers identity, please address whether your company offers the same or similar services commercially (outside federal government). (5)Interested companies should provide a White Paper (no more than 10 pages in length) describing how its product and technical expertise could produce and deliver such capabilities as described in the PWS. Also, identify your companys past and current customers to which you provided similar products, including a customer/company name and point of contact, phone number and address/email where they can be contacted. (6)Provide any other pertinent information as deemed necessary to demonstrate your and any proposed team members capabilities and prior experience as it relates to the requirements set forth in the PWS. PERFORMANCE WORK STATEMENT 1.0GENERAL This PWS specifies the support services and training which the contractor shall provide in support of the Governments implementation of a MES to the Army Materiel Commands (AMC) industrial base. The U.S. Army has selected SAP Americas enterprise suite of products as the basis of its business modernization to be used for the main planning, materials management and financial application engine. While there is a great deal of functionality within the SAP product, it has been determined that a more effective shop floor solution is needed for many of the industrial base installations and that a commercial based MES would be implemented. The MES product will support the shop floor and work in close harmony (technical and functional integration) with the Armys SAP implementation, and will satisfy the long term Army Service Oriented Architecture (SOA) strategy. The period of performance for this effort is proposed to be the duration of three years commencing on the date of contract award. 2.0SERVICES The Contractor shall provide support services as needed is to aid the implementation team in the design of product security, product extensions, SAP interface transactions, and product implementation support. These services will be required at various government/other contractor locations. Information Technology (IT) Professional Services required in support of this effort are the following: 2.1 IT Systems Development Services: Furnish personnel, equipment, and facilities to accomplish database and content management planning and design. Include requirement analysis, concept development, hardware specifications, database specifications, internet and intranet design, data warehousing application, database compatibility assessments, recommendations, acquisition support and documentation. 2.2 IT Systems Analysis Services: Accomplish systems analysis and design. Include mission requirements analysis, concept development, systems requirements analyses and Information engineering, systems specifications, software modeling, database specifications, business process reengineering, requirements modeling and prototyping, user-oriented design, coding, unit testing and integration testing, test plans and test analysis reports, hardware specifications, acquisition support and documentation. 2.3 Automated Information System Design and Integration Services: Furnish technical support required from delivery of product through installation and integration to a fully functioning system. This will include site preparation, network analysis and design. Commercial - Off - The -Shelf (COTS) product evaluation and selection, migration plan, execution of the migration plan, network configuration management plans, communication interface analyses, LAN/WAN installation and integration, equipment acquisition, receipt, unpacking, relocation and inventory, assembly of system components, loading of software, testing and evaluation, customer training, acquisition support and documentation. 2.4 Programming Services: Furnish software development of tailored programs and modification and enhancement of existing and, or COTS programs and interfaces to related information systems. Including, design specifications, code generation, interoperability studies, prototype development, migration to match platform requirements, testing, debugging, verification and validation, source code management, user interface design, internet and multimedia development, firewalls/security, and acquisition support. 3.0 TRAINING The Contractor shall support and assist the Government in the development of training materials for the sites receiving the MES product provide training to the implementation team. Contractor may be required to facilitate training at various CONUS locations related to MES solution deployment. 4.0 DELIVERABLES All deliverables shall be provided by electronic format to the Contracting Officers Representative (COR). Unless otherwise instructed by the COR, deliverables shall be provided as an email attachment. 4.1 Trip Reports: Trip reports shall be delivered by electronic means to the contractor to the COR within five calendar days of the completion of a Government approved trip. 4.2 Other Reports and Analysis: During the performance of this contract, ad-hoc reports, studies, analyses briefings, training materials and other documents may be required. These deliverables shall be coordinated with the COR to establish the requirement, format and date of delivery. 4.3 Solution Definition Document (SDD): IFS will execute an implementation study for the U.S. Army implementation of MES. The results of the implementation study will be a delivered SDD. The SDD will outline the detailed MES solution including defined processes and suggested solution based on the Armys scope, goals and objectives. 4.4 Invoices: Contractor shall be provided monthly by the 10th of the month following the first full month of contract performance. Invoices shall be in the contractor standard format and will clearly define the expenditures by CLIN to a level of detail that will assure the Governments ability to assess the appropriateness of each charge. Payment will be authorized on a monthly basis for acceptable work performed not to exceed the ceiling amount of the order. 5.0 TRAVEL The contractor shall travel as authorized by the COR to provide support services. This travel may be on short notice as required by the impact or potential impact of the action required. All travel requirements shall be initiated, or coordinated with the approved in writing, by the COR prior to the travel. Attendance at meetings, demonstrations, and working group session will be required. Travel may include local travel to the performing facilities at Fort Monmouth, New Jersey, Aberdeen Proving Ground, MD, Marlton, New Jersey, Cincinnati, OH, Fort Belvoir, VA and various sites were the MES solution is deployed or will be deployed. 6.0 CONTRACTOR MANPOWER REPORTING The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract. The Contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of Contractor employee entering data; (5) Estimated direct labor hours (including subcontractors); (6) Estimated direct labor dollars paid this reporting period (including subcontractors); (7) Total payments (including subcontractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); (11) Locations where Contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of Contractor and subcontractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor shall also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web. DISCLAIMER This Sources Sought Announcement is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government. This is not to be construed as commitment to the Government to procure any item/services, or for the Government to pay for the information received. The purpose of this Sources Sought Announcement is to identify organizations that are capable of providing the above mentioned services. SUBMISSION OF INFORMATION Respondents should specifically address their capability to provide all the above as part of their response due 4:00pm EST 1 October 2010. Please furnish the above requested information to shante.mcgee@us.army.mil and tiffany.green3@us.army.mil. If you have any questions please contact Shante McGee, Contracting Officer, at 703-325-6172. Note: Files greater than 5MB shall not be transmitted through the computer firewall. Therefore, any file greater than 5MB must be submitted by CD-ROM media to: U.S. Army Contracting Center National Capital Region Contracting Center ATTN: Shante McGee 2461 Eisenhower Ave Alexandria VA, 22331-1700
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a5645e3855c88058679ac49d63eab1e0)
- Place of Performance
- Address: ITEC4, NCR PARC (NCR-CC) Directorate of Contracting, 2461 Eisenhower Avenue Alexandria VA
- Zip Code: 22331-0700
- Zip Code: 22331-0700
- Record
- SN02286682-W 20100919/100917235505-a5645e3855c88058679ac49d63eab1e0 (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 |