MODIFICATION
70 -- Task Management Tool
- Notice Date
- 1/2/2013
- Notice Type
- Modification/Amendment
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- MICC - Fort Jackson, Directorate of Contracting, Building 4340, Magruder Street, Fort Jackson, SC 29207-5491
- ZIP Code
- 29207-5491
- Solicitation Number
- W9124C-12-01TMT
- Response Due
- 1/7/2013
- Archive Date
- 3/3/2013
- Point of Contact
- Charles E. Taylor, 8037513405
- E-Mail Address
-
MICC - Fort Jackson
(charles.e.taylor46.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT ONLY! THIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible sources that are capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Mission Installation Contracting Command (MICC) Fort Jackson, SC is seeking potential sources that can provide a fully functioning, expandable task management software application that operates within the Microsoft (MS) Dynamics Customer Relationship Management (CRM) environment. SUBMITTAL INFORMATION: The software application being sought must meet the following specifications and capabilities within the CRM environment. A Customer Relationship Management (CRM) Solution/System and a Task Management Solution is needed to manage, track and process no less than 10 different business processes. It is requested that all interested sources submit a detailed capabilities statement package to the address listed at the end of this sources sought. Request sources to submit a detailed capabilities statement package demonstrating their ability to deliver a task management software application. The documentation must address, at a minimum, the following: 1. Task Magnitude and Customizability: Application must be expandable and scalable enough to allow tasking workflows to exist with unlimited users operating within one task. Creation of subtasks with separate suspense dates within the context of the original task must be allowable. It must be able to assign non-license users the ability to work on a temporary collaboration site with permissions to edit/upload documents and add notes accordingly. 2. Task Collaboration and Notification leveraging MS Office: Application must have collaboration capability within the task management software environment, and notifications of new tasks to users must transmit to user inboxes in Microsoft Outlook. Suspense dates of excepted tasks must populate on user Outlook Calendars. 3. File Attachments: Attachment of pdf, all Microsoft Office files, xfdl (and xfdl variants) must be possible within the task tracking software environment. File Attachments include all DA Forms, DD Forms, etc. 4. Task Visibility and Transparency: Application must have managerial interface (dashboard) separate from that of Action Officers that allows task searches, tracking, and organization, with the ability to drill down into current working and completed tasks, in order to monitor work at the action officer and collaborate directly with actions officers if required. The managerial interface must leverage CRM capability to provide metrics on task completion, workload, and work distribution. Additionally, users must have the ability to leverage privacy and security settings to tasks containing sensitive information. 5. Searches: The tasking solution software must have a search capability that leverages CRM's inherent search ability, that is capable of executing search inquiries by task, user, key word, document, and other fields relevant to any given task instance. 6. Extending task capability outside of Tasking solution environment: Tasking solution must possess the capability to incorporate non-licensed users in the tasking solution environment in order for non-licensed users to respond (within the tasking solution environment) to taskings assigned by tasking solution licensed users. 7. Global Account List (GAL) Integration: Tasking solution should seamlessly leverage the GAL for the purposes of assigning tasks and conducting user and org searches. 8. Software Configuration: Contractor must possess expertise and proprietary rights in order to execute complex configuration requirements necessary to overlay task management software over manual processes within command and subordinate commands. The CRM and Task Management solution must also integrate with our higher and adjacent commands use of Microsoft CRM and Accenture Task Management Tool. Preferably, it can use Microsoft SharePoint as the collaboration site and file repository. Must be interoperable, horizontally, vertically and expandable. 9. Interface Customization and exportation: Tasking solution must possess the capability to customize the user interface with drop down menus, entry fields, and selection tabs in order to ensure an intuitive user experience for action officers and managerial users. Task lists, collaborative discussion, a metrics must be exportable to MS Excel, MS Word, and MS PowerPoint. 10. Managerial Approval Process: Tasking solution must have an quote mark out of the box quote mark approval tool, that allows managers to review products from action officers, make corrections, and formally approve, disapprove, concur, non-concur, or recommend prior to continuation of workflow. It must have a configurable dashboard for managing and tracking tasks and provide a Senior Level Approval Process. Must be able to digitally sign documents. 11. Ability to configure a standard task management solution with the capabilities to support Non-classified Internet Protocol Router Network (NIPRnet) and Secret Internet Protocol Router Network (SIPRNet), support domains located in Continental United States (CONUS) and Outside Continental United States (OCONUS), and a task management software that can be accessed by all of the client's external users within client's server forest. The system must work with Active Directory for authentication using the DoD Public Key Infrastructure and the Common Access Card (CAC). Finally, the CRM system and Task Management Solution must have an Army Certificate of Networthiness from Network Command (NETCOM) or an Authority to Operate on the Department of Defense network. SUBMISSION INSTRUCTIONS: If you feel your firm possesses the ability to provide the software application and applicable services, you must respond by demonstrating your firm's current software application capabilities and technical capability to meet the requirements. Detailed capabilities must be submitted to the email address provided below no later than 7 January 2013; 3:00 PM Eastern Standard Time (EST). CAPABILITY STATEMENT SHOULD CONTAIN: Company name, cage code, DUNS number, company address, point of contact, phone number, and email address. The point of contact is Charles Taylor, email: charles.e.taylor46.civ@mail.mil. Please submit all questions through the above email address. Contracting Office Address: Mission and Installation Command (MICC) - Fort Jackson Building 4340 Magruder Street, Fort Jackson, SC 29207-5491 Place of Performance: Third United States Army ARCENT Shaw AFB, SC 29152-5051
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/84969be67cb9fa914c19b4c62ded5291)
- Place of Performance
- Address: MICC - Fort Jackson Directorate of Contracting, Building 4340, Magruder Street Fort Jackson SC
- Zip Code: 29207-5491
- Zip Code: 29207-5491
- Record
- SN02957897-W 20130104/130102234122-84969be67cb9fa914c19b4c62ded5291 (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 |