Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2011 FBO #3382
SOURCES SOUGHT

D -- Army Materiel Command (AMC) Residual Legacy Systems Support Services.

Notice Date
2/25/2011
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
CECOM Contracting Center (CECOM-CC), ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-11-R-RLSS
 
Response Due
3/28/2011
 
Archive Date
5/27/2011
 
Point of Contact
Fern McAvay, 443-861-8019
 
E-Mail Address
CECOM Contracting Center (CECOM-CC)
(fern.mcavay@conus.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. PURPOSE. This market survey is to identify to the Government potential sources interested in this procurement as either the prime Contractor or a Sub-Contractor. This is a sources sought market survey for Army Materiel Command (AMC) Residual Legacy Systems Support Services. The identified legacy residual components of the Commodity Command Standard System (CCSS), Standard Depot System (SDS), Aviation Round-out Maintenance Management Information System (ARMMIS) and the Automated Self-Service Supply Center (ASSSC) systems will be supported. Additionally, Defense Finance and Accounting Service (DFAS)'s Standard Operations and Maintenance Army Research and Development System (SOMARDS) system will be included as part of this procurement. CCSS and SDS have supported AMC's national level supply and maintenance management, materiel acquisition, finance, Industrial, Ammunition, and Army Prepositioned Stocks logistics processes. Under this procurement, the Contractor will be required to maintain the baseline functionality and enhancements as needed of only those legacy processes and applications associated with the logistics business process areas of: Non-Army Managed Items (NAMI); Procurement Automated Data and Document System (PADDS); Commercial Asset Visibility (CAV); Standard Operations and Maintenance Army Research and Development System (SOMARDS), and the CCSS-Financial (CCSS-F). The Contractor will be required to maintain only the baseline functionality (no enhancements) for the ARMMIS and the ASSSC. As of the final deployment of the Logistics Modernization Program (LMP) in September 2010, the SDS (Maintenance, SIFS, Ammunition, AMCISS and General Supply) is no longer executed in a production environment. However, the SDS will require support of its archived baseline file data to include but not be limited to help desk, login, passwords and batch queries. Contractor will be co-located with government oversight offices at government facilities at two locations: (1) Letterkenny Army Depot in Chambersburg, PA for the SDS (Maintenance, SIFS, Ammunition, AMCISS, and General Supply), ARMMIS and ASSSC support, and (2) the Robert A. Young Building in St. Louis, MO (CCSS-NAMI, PADDS, CAV, SOMARDS, CCSS-F). Support services would begin approximately 1 Jan 2012 and could continue, via exercised Option years, beyond 2015. a) CCSS AUTOMATION ENVIRONMENT. The automation environment Contractor will support is the Army's three-tiered architecture of mainframes, minicomputers (Mid-Tier) and personal computers as follows: Platforms: IBM 2086-220; Sun Enterprise 420R Server; IBM/Lenovo ThinkCentre PC Operating Systems: IBM z/OS; Windows XP; Sun Solaris Languages: IBM High Level Assembler; Visual BASIC; C; C++; Visual C++; HTML; Shell Scripting; VBA, IBM Enterprise COBOL; IBM OS/VS COBOL; SAS/C Compiler; IBM VS/FORTRAN Development Tools: Powerbuilder; TSO/ISPF; CA-ACF2; CA-Librarian; CA-Optimizer; CA-Spool; MVS/QuickRef; CA-Intertest; ASG Datamanager; IBM Debug Tool; IBM Fault Analyzer; Marble DCD III; MAX DATA/UTIL; Phoenix Keyplus; Triangle IOF; Cole Software z/XDC; Syncsort; PKZIP for z/OS; Developer 2000; Visual Studio CASE Tools: None Communications Tools: IBM Communications Server (TCP/IP, SNA); Vista TN3270 emulator; PuTTY SSH Telnet Client; RUMBA Mainframe Display; Multi-host Internet Access Portal (MIAP); FTP, and Secure Socket Layer (SSL)/Transport Layer Security (TLS) Transaction Processor: IBM CICS/TS DBMS: MS-ACCESS; CDMR/DMR (government owned and developed executive software) ORACLE; System 2000; VSAM, QSAM; SQL Plus b) SDS AUTOMATION ENVIRONMENT. The automation environment Contractor will support the Army's three-tiered architecture of mainframes, minicomputers (mid-tier) and personal computers as follows: Platforms: IBM 2086-220; IBM/Lenovo ThinkCentre PC Operating Systems: IBM z/OS; Windows XP; Sun Solaris Languages: IBM High Level Assembler; IBM Enterprise COBOL; IBM OS/VS COBOL; SAS/C Compiler; IBM VS/FORTRAN Development Tools: TSO/ISPF; CA-ACF2; CA-Librarian; CA-Optimizer; CA-Spool; MVS/QuickRef; CA-Intertest; IBM Debug Tool; IBM Fault Analyzer; MAX DATA/UTIL; Syncsort; PKZIP for z/OS CASE Tools: None Communications Tools: IBM Communications Server (TCP/IP, SNA); Vista TN3270 emulator; PuTTY SSH Telnet Client; FTP, and Secure Socket Layer (SSL)/Transport Layer Security (TLS) Transaction Processor: IBM CICS/TS DBMS: CA-DATACOM; DMR; ORACLE; VSAM, QSAM; SQL Plus c) ARMMIS AUTOMATION ENVIRONMENT. The ARMMIS contractor must be able to support the following technical automation environment: ARMMIS Legacy: Platforms: IBM RISC-6000 P Series 620 (2) Operating Systems: IBM UNIX (AIX) v4.3.3.3.0 Languages: Micro Focus COBOL v4.2, "C", Perl v5.005_03 Development Tools: Micro Focus Compiler, Micro Focus toolbox CASE Tools: None Communications Tools: Open SSL, Open SSH, Blast Security: Tripwire for Servers v.3.3 Transaction Processor: None DBMS: SAP DB v7.3.0 ARMMIS Web Development: Platforms: Intel Blade Server Operating Systems: Microsoft Server 2008 Languages: C#, Microsoft Visual Basic, Microsoft.NET Development Tools: Micro Visual Studio 2008, MAXDB SQL Studio CASE Tools: Microsoft Visio Communications Tools: Open SSL, Open SSH, Blast Security: SFTP Transaction Processor: None DBMS: SAP DB v7.3.0 d) ASSSC AUTOMATION ENVIRONMENT. The ASSSC contractor must be able to support the following technical automation environment: Platforms: IBM LENOVO - THINKCENTER - MT-M: 8811-827 Operating Systems: Red Hat Enterprise Linux - Version ES4 Languages: RM/COBOL; C-PROGRAMS; SHELL PROGRAMS; TCAL PROGRAMS; IRL PROGRAMS Development Tools: RM/COBOL 11.01 Development Package; PC-IRL CASE Tools: None Communications Tools: (1) vsftpd for communication between RED HAT PC and network mainframe systems (2) Putty for communication between RED HAT PC and user's network PC Transaction Processor: RM/COBOL Runtime DBMS: ANSI Flat Files 2. REQUIRED CONTRACTOR SERVICES SUPPORTING THE AUTOMATED SYSTEMS. a) CCSS and SOMARDS. Contractor will be required to possess requisite expertise and knowledge of AMC logistics and financial business processes for the aforementioned CCSS residual legacy systems, the SOMARDS legacy system, and the highly integrated relationships across multiple functional areas to maintain the integrity of the software baselines. Contractor will be able to perform initial consultations with logistics and financial customers relating to new functionality requirements and/or proposed systems changes, and assess impacts to existing application software or in-process development efforts. System change requirements will be analyzed for potential impact on other modules prior to determining a path for resolution. Specialized expertise includes system change analysis, design, development, testing, maintaining technical and functional documentation (User Manuals, Operator's Manuals, File Guides, etc.), performing release management (proliferation) and providing related end-user training. Contractor will interface with users to provide consultations regarding system operation problems or system change requests to be able to assess impacts to the supported systems. Contractor will possess specialized technical and programming language skills identified in paragraph 1.a. above. These skills are required to support the current-state business application software logic as well as be able to effect changes to the logic to implement system enhancements. The overall CCSS and SOMARDS mainframe system architecture to be supported were designed along two development lines. Programmers developed logic using COBOL programming language for systems' logistics business application software. The overall systems' architecture consists of many unique software packages called "Executive Software" which was developed by programmers specialized in IBM low, system-level language (termed ASSEMBLER). This logic was applied to the design and development of common components that hundreds of the CCSS business applications and SOMARDS applications needed to efficiently and successfully function. Contractor will possess specialized ASSEMBLER programming language skills required to support mainframe residual legacy operating systems located at the Defense Enterprise Computer Center (DECC) at St. Louis, MO. Contractor will design, develop, install, test and maintain mainframe operating systems, technical software applications, utility programs, software interfaces, and configuration management. Contractor will design and develop automated system control programs called Data Management Routines (DMRs), and related recovery/restart routines (CDMRs), a common report printing and formatting system (OPS), system for pulling transactions off the defense network and routing them correctly (AUTODIN and AAI); a system/application for interrogating the type of military transactions that come in, and directing them to the appropriate business application for processing (HEART); a common system for handling many types of rejected military transactions (transactions that were coded incorrectly) and allowing them to be corrected (Standard Reject Control system), and many other Executive Software systems to include utilities for providing diagnostics. b) SDS, ARMMIS AND ASSSC. Contractor will be required to possess requisite expertise and knowledge of specialized technical and programming language skills identified in paragraph 1.b., 1.c and 1.d above in order to maintain and support tasks associated with the SDS archived data, ARMMIS and the ASSSC. There will be no new development or system enhancements for SDS, ARMMIS or the ASSSC. c) CAV AND ARCH. Additionally, for the CAV and ARCH systems the Contractor will support a mid-tier and PC based environment consisting of servers and databases located at CSC, St. Louis, Mo. CAV and ARCH applications execute on WIN servers and the supporting Databases execute on RISC (UNIX) systems. CAV incorporates the latest technologies to include: Oracle DBMS Powerbuilder, Enterprise Application Server (EAS), and Electronic Commerce/Electronic Data Interchange (EC/EDI). Future system enhancements will include the move to extensible Markup Language (XML) and addition of DOD Unique Identification (UID) numbers. d) ARCHIVED DATA. The Contractor will be required to host and maintain archived CCSS and SDS base lined master file data currently residing at the Computer Systems Corporation Meriden, Connecticut information systems operations center. Obsolete CCSS and SDS legacy system files have been archived / stored there as customers migrated to the use of a newer SAP ERP automation. The archived data is required for historical and regulatory requirements. To support the archive function, the Contractor will be obligated to establish a mainframe environment consisting of the hardware and a subset of the software identified in 1.a and 1b above. In addition to establishing the mainframe environment, the requirement includes providing authorized system user access, maintain data integrity, avoid impairing system performance, run batch queries and assist with printing. 3. CONCLUSION. This is a request for information only. The CECOM Contracting Center does not intend to award a contract on the basis of your responses nor otherwise pay for the preparation of any information presented or the use of any such information. All proprietary information should be marked as such. Responses indicating interest in this procurement as a prime or Sub-Contractor is also requested. Interested parties should identify any existing contracts or other established vehicles suitable for placing actions of this nature. A spreadsheet is attached as Attachment 09 for ease in supplying this information. Attachments 01 through 07 are specific narrative statements for each of the covered systems that provide background information, support service requirements and other information to assist in an understanding of the systems' complexity and the magnitude of each system's operation and maintenance actions the Contractor will be required to support. Attachment 08 provides historical background information. The deadline for responses is 28 March 2011. For questions of a technical nature contact Dave Limbrick, 314-331-4725 and all other questions for information should be submitted to Fern McAvay, 443-861-8019.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3388137005de9593c0e7929f689444bb)
 
Place of Performance
Address: Robert A. Young Building 1222 Spruce St. St. Louis MO
Zip Code: 63103
 
Record
SN02387705-W 20110227/110225234208-3388137005de9593c0e7929f689444bb (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.