SOURCES SOUGHT
D -- USCG Request for Enterprise Asset Management (EAM) Commercial Off the Shelf (COTS) Software - Attachments
- Notice Date
- 3/7/2011
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001
- ZIP Code
- 20593-0001
- Solicitation Number
- HSCG23-11-I-ADD016
- Point of Contact
- Kristina A. Morris, Phone: 2024753250, Laura Q. Spillane, Phone: 2024753404
- E-Mail Address
-
Kristina.A.Morris@uscg.mil, Laura.Spillane@uscg.mil
(Kristina.A.Morris@uscg.mil, Laura.Spillane@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- ATTACHMENT II- PRICING WORKSHEET ATTACHMENT I - DRAFT OPERATIONAL REQUIREMENTS DOCUMENT Request For Information #HSCG23-11-I-ADD016 Notice Type: Sources Sought Synopsis: United States Coast Guard - Request for Enterprise Asset Management (EAM) Commercial, Off the Shelf (COTS) Software Tool Pricing. The United States Coast Guard (USCG) Office of Contract Operations is issuing this Request for Information (RFI) as part of a market research effort to gather pricing information for the Coast Guard Logistics Information Management System (CG-LIMS) Program Management Office. Background: The CG-LIMS Acquisition Project will require a centrally managed, integrated, enterprise-wide logistics information management system to support U.S. Coast Guard assets and systems. This system will provide logistical support for aircraft, cutters, boats, shore facilities and Command, Control, Communications, Computers and Information Technology (C4IT) systems. CG-LIMS will leverage industry standards and best practices to increase efficiency, optimize effectiveness, and establish common processes for managing logistics across the enterprise. The ability to maintain full operational capabilities and minimize lifecycle costs are fundamental goals. The required CG-LIMS system will be robust and interoperable with legacy Coast Guard and Other Government Agencies (OGA) logistics and financial systems. CG-LIMS will interface with existing and future Coast Guard logistics and financial systems as those systems are transformed and modernized. Requirement: The USCG is seeking a Commercial-Off-The-Shelf (COTS) product(s) that, when configured, will perform all of the following (see Attachment I for full description): Configuration Management (CM) functions are as follows: •CM Planning. CG-LIMS will provide accountability for the systems engineering data and asset configuration required to generate practical maintenance and provisioning to support Coast Guard missions. Engineering elements use this information to provide key technical input to support both planning and any process improvement efforts needed to address performance problems. •Configuration Identification. CG-LIMS will be the record of authority for the engineering data maintained by the Coast Guard for any given asset. The system will associate the engineering data with asset configuration items and items in inventory and provide input for maintenance planning analyses. •Configuration Control. CG-LIMS will provide the ability to propose and enact configuration changes for any given asset or product line, including managing the workflow through the life cycle of the change from proposal to the maintenance action completing the change. •Configuration Status Accounting. CG-LIMS will provide a function for comparing Configuration Baselines including documenting, tracking and auditing all configuration actions. •Configuration Verification and Audits. CG-LIMS will support configuration audits and maintain the history of asset configuration and discrepancies, providing traceability between any given configuration and the functional baseline for the asset. Maintenance management functions include the following: •General Maintenance Management. CG-LIMS will provide the capability required to sustain all assets, ensuring that they are available when needed to perform Coast Guard missions, based on required operational availability. This includes the detailed procedures, tool requirements, and technical documentation needed to perform the work, as well as planning, scheduling, execution, monitoring, and control functions for the maintenance activities themselves. •Project Based Maintenance Processing. CG-LIMS will provide the capability to capture vendor maintenance information, assign work orders and capture the direct and indirect costs of work orders. Supply chain management functions include the following: •Overall Supply Change Management. CG-LIMS will provide the supply chain management services required to guarantee that maintenance parts, equipment, and all operational supplies are available when needed to support both operations and the mission support. •Requisition Management. CG-LIMS will provide the capability to process requisitions from various source using the appropriate processes and rules. •Inventory and Warehouse Management. CG-LIMS will provide the capability to process and record management information for all inventory actions and warehouse material management. •Transportation, Distribution and Disposition. CG-LIMS will provide the capability to process and record transportation, distribution and disposition actions including issue, loan, and disposal. Technical information management functions include the following: •Overall Technical Data Management. CG-LIMS will provide the repository to properly manage the full data life cycle needs of the Coast Guard's mission support enterprise. This includes baseline, engineering, and configuration data, technical manuals, drawings, publications, and documented maintenance procedures. •Information Management. CG-LIMS will store and manage Technical Data such as Publications, Engineering Drawings, Diagrams, Illustrations, Maintenance Procedure Cards, UR, etc.). •Content Development. CG-LIMS will provide the capability to manage content development workflows including complete version control. •Content Use. CG-LIMS will provide the capability to view multiple technical data files types (such as.xls,.doc,.pdf, IETM). Technical Support •The Coast Guard is seeking adequate support for software provided. The support shall include Tier 3 Help Desk and all necessary updates and patches. Requested Information: Interested parties should provide a BRIEF response to the below. The response should not exceed two (2) pages, excluding a Coversheet and Attachment II. 1.Please provide a pricing estimate for your COTS software using Attachment II. Please also provide explanation of your pricing methodology. 2.Please identify product modules that are included in your pricing estimate. 3. Please advise whether your company offers COTS software on a GSA schedule or other agency contract. 4.Please advise whether your company sells its COTS software solution directly or whether you deal only through authorized resellers. 5.Please note whether your COTS software tool is a perpetual or a term license. 6.Please provide a Point of Contact, Corporate DUNS Number, lists of any pertinent GSA Schedules, DHS Contract Vehicles, and the applicable NAICS and Product Service Codes. 7.Please provide additional input on how the US Coast Guard can best procure the software licenses. Please submit your response via email to the contract specialist, Ms. Kristina Morris at Kristina.A.Morris@uscg.mil and to the contracting officer, Ms. Laura Spillane at Laura.Spillane@uscg.mil. All responses are due by 2:00 PM Eastern on March14, 2011. No hard copy or facsimile submissions will be accepted. Extraneous materials (brochures, etc.) will not be considered. Submission Review by Contractors: Industry is advised that Government's support contractors (Booz Allen Hamilton, Serco, Inc., and MITRE Systems) will be involved with the review of submitted information. If a Government support contractor other than those listed above will be involved with the review of submitted information, each vendor that has responded to this RFI will be notified before their information is provided to that contractor for review. All Government support contractors required to review the information will submit non-disclosure or confidentiality statements. The Government assumes that any party submitting a response to this RFI consents to the release of their information to the Government support contractors noted above for the sole purpose of assisting the Government in its review of the response. Any party NOT wishing to release its submission to these contractors must explicitly so state on the cover page of the response. Notice to Industry: THIS IS A REQUEST FOR INFORMATION (RFI) BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH. This RFI is issued solely for informational, market research, and planning purposes only. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, the United States Coast Guard (USCG) is not at this time seeking proposals, and will not accept unsolicited proposals. Respondents are advised that the United States (U.S) Government will not pay for any information or administrative cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this RFI. Responses to the RFI will not be returned. Please be advised that all submissions become Government property and will not be returned. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this RFI.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-11-I-ADD016/listing.html)
- Record
- SN02394971-W 20110309/110307234451-ae831b7d87d210f794f415ed1b92a887 (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 |