SOURCES SOUGHT
R -- Sources Sought/Market Research announcement to identify interest in performing the Army Sustainment Command (ASC) Single Army Logistics Enterprise (SALE) mission.
- Notice Date
- 6/15/2011
- Notice Type
- Sources Sought
- NAICS
- 541614
— Process, Physical Distribution, and Logistics Consulting Services
- Contracting Office
- ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J-11-R-SALE
- Response Due
- 6/24/2011
- Archive Date
- 8/23/2011
- Point of Contact
- Jason Brunsvold, 3097825081
- E-Mail Address
-
ACC - Rock Island (ACC-RI)
(jason.brunsvold@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This sources sought notice is for support services to ASC for transitioning from the Government Legacy Logistics and Standard Army Management Information Systems (STAMIS) to an Enterprise Resource Planning (ERP) commercial off-the-shelf (COTS) package. These services will be in support of the deployment and integration of required business processes for ASCs SALE Transformation. The contractor shall perform support services for identifying, validating, and coordinating the SALE Transformation. The contractor shall have Logistics and/or ASC architectural expertise with regard to effectively identifying and adapting functional business requirements and processes to technical SALE ERP solutions based upon comprehensive enterprise application solution sets. Contractor personnel shall have participated in at least one ERP deployment. The contractor shall apply in-depth knowledge of SALE ERP products, associated applications and interface technologies. The contractor shall utilize technical expertise to assess the operation and/or baseline of an organization as specifically associated with its functional components, working with information technology and functional area personnel. The contractor shall possess knowledge of Army logistics regulations, legacy, Logistics Information System (LIS) and STAMIS such as but not limited to War Reserve Functional Requirements-AWRDS, PBUSE, SAMS-E/IE, SARSS, LIW, Standard Depot Systems (SDS) & Commodity Command Standard System (CCSS), and SALE related directives. The contractor shall possess a SECRET security clearance upon reporting to duty. The contractor shall participate in SALE related Integrated Process Teams (IPT); assess supply chain designs, analyze data, maintenance, training, educational events, etc. Coordinate/facilitate the education of the ASC workforce concerning the SALE transformation changes via briefings, workshops, training sessions and/or town hall meetings as required. Work with ASC SALE Core Team (ACT) in support of SALE transformation, project planning, and communication of activities to include support of the standup and validation of transformation efforts to include post GO LIVE (GL) support as required. Provide support for ASC site Business Transformation activities to include: Data cleansing, Pre/Post Go-Live support, Remedies, Cutover planning, Role Mapping, Enterprise Mapping, Help desk readiness, Establish roles and Responsibilities, Provide site executive education, Continuity of operation plan (COOP), and Training. The contractor shall work with the ACT to ensure the SALE solution contains the following functionality and characteristics for ASC: Near real-time system functionality; Supply, Maintenance, Finance and Property Accountability business processes that are integrated to support the ASC mission(s); Improved overall visibility of specific business process data required to meet mission goals; Identification of shortfalls within the developed system(s), (lack of current/good data); The required scans for the management of legacy systems are IAW the ACT direction; All required reports are in the format as specified by the ACT/COR; If additional DOL functionalities are planned for development into SALE systems, ensure supporting business processes are integrated to support ASC mission(s). The following sites will require SALE Transformation Support: AFSB, OCONUS - Kuwait, Iraq, Korea, Hawaii, Germany, Italy, and Puerto Rico. AFSB, CONUS - Rock Island, Ft. Lewis, Ft. Bragg, and Ft. Hood. This listing may not be all inclusive. INSTRUCTIONS TO INTERESTED PARTIES: Request that all interested parties provide capabilities statement NTE five (5) pages that details previous work experience in the areas of expertise and any specialized systems experience with the computer software and systems listed above. Work performed in the last three years is considered relevant for this sources sought announcement. Please include in your capability statement your firm's business size and identify any potential joint venture partners. This announcement is for information and planning purposes only and should not be construed as a commitment by the Government for any purpose. This announcement does not constitute a Request for Proposal and no contract will be awarded from this announcement. Requests for Solicitation will not receive a response. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up requests. No basis for claim against the Government shall arise as a result from a response to this announcement or Government use of any information provided. This announcement does not restrict the Government to an ultimate acquisition strategy. The Government reserves the right to consider acquisition strategies as deemed appropriate. RESPONSE DATE: All responses to this announcement must be received by 24 June 2011. Points of contact are Ms. Brittany Cecil, Contract Specialist, brittany.r.cecil.civ@mail.mil or Mr. Jason Brunsvold, Contract Specialist, jason.l.brunsvold.civ@mail.mil, or Mr. Brandon Kettler, Contracting Officer, brandon.b.kettler.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0d4df9be669719a68a3f74516f0582c1)
- Place of Performance
- Address: ACC - Rock Island (ACC-RI) ATTN: CCRC-FP, Brunsvold Rock Island IL
- Zip Code: 61299-6500
- Zip Code: 61299-6500
- Record
- SN02473523-W 20110617/110615234844-0d4df9be669719a68a3f74516f0582c1 (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 |