SOURCES SOUGHT
70 -- Sources sought to provide Enterprise Resource Planning (ERP) SAP and Oracle Independent Verification and Validation (IV&V).
- Notice Date
- 3/21/2013
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J13REIVV
- Response Due
- 3/29/2013
- Archive Date
- 5/20/2013
- Point of Contact
- Stuart Honn, 309-782-2997
- E-Mail Address
-
ACC - Rock Island (ACC-RI)
(stuart.j.honn@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Solicitation Number: W52P1J-13-R-EIVV Notice Type: Sources Sought Synopsis: This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may or may not be awarded as a result of this sources sought announcement. Only organizations currently registered as a business under NAICS code 541512: Computer system Design Services, with a size standard of $25.5 million are to submit a Capability Package. The Capability Package for this sources sought market survey is not to be a proposal, but rather responses to the questions asked below and statements regarding the Offeror's existing experience. Information or ideas submitted to the Government may be used in formulating its acquisition strategy or technical approach and therefore, permission to use the information for these purposes is inherently granted with the submission. The Government will not pay for any information or administrative cost incurred as a response to this announcement. No proprietary, classified, confidential or sensitive information should be included in your response. The purpose of this announcement is to conduct a market survey of all businesses that have the capability to provide Enterprise Resource Planning (ERP) SAP and Oracle Independent Verification and Validation (IV&V) support to Program Executive Office, Enterprise Information Systems (PEO EIS) and any assigned program management offices within its portfolio. INTRODUCTION Ms. Ilana Bohren, Contracting Officer, Army Contracting Command - Rock Island (ACC-RI) on behalf of Program Executive Office, Enterprise Information Systems (PEO EIS), is conducting market research for Enterprise Resource Planning (ERP) SAP and Oracle IV&V Services. This business SOURCES SOUGHT ANNOUNCEMENT seeks to identify potential sources capable of providing the required IV&V services. BACKGROUND PEO EIS has a requirement to provide Independent Verification and Validation (IV&V) services to applicable programs and to provide an enterprise IV&V services capability to assist PEO EIS in the development, synchronization, and integration of standard operating procedures for conducting IV&V assessments. PEO EIS has a multitude of Program Management Offices (PMOs) that require IV&V services to ensure projects are planned and executed effectively and that enterprise risks associated with ERP technical and programmatic linkages and interdependencies are effectively captured and managed. The Army is implementing complex business systems which are required to interface and draw data from multiple sources and operating platforms in a near real time environment with complex communications links. The US Army ACC-RI, on behalf of the PEO EIS is seeking sources for ERP IV&V services. PEO EIS is the Army's enterprise-wide technical leader for business information systems that leverages government and industry technology to shape the Army's readiness to deliver capabilities to the Warfighter. PEO EIS manages 5 Enterprise Resource Planning (ERP) ACAT program offices that address the following mission areas; Logistics, Human Capital and Financial Management. REQUIREMENTS SCOPE - HEADQUARTERS 1. Develop a project plan, integrated master schedule (IMS) for all PMOs and an operational framework that supports the enterprise-level governance, thought leadership and coordination of all IV&V activities across PEO EIS. 2. Evaluate resource requirements and competency models to establish roles and responsibilities of IV&V team for Headquarters (HQ) and PMO in order to maintain independence from the risk management process. 3. Develop tools and templates to standardize IV&V processes related to requirement traceability, configuration management, testing and other software engineering or program management processes. 4. Evaluate enterprise level risks for implementing SAP and Oracle systems and proactively identify mitigation strategies using best practices from Capability Maturity Model Integration (CMMI), International Standards Organization (ISO) 12000 and IEEE 1012 frameworks to effectively monitor and control program performance. 5. Establish liaisons that have hands-on experience conducting program management and technical assessments of ERP SAP and Oracle system implementations. Each assessment will be managed at the HQ level and require the participation of program offices to support the identification of risk drivers, formulation of mitigation strategies and incorporation of risk mitigation plans. 6. Prepare and conduct Monthly IV&V Program Management Reviews; brief current activities, findings (issues, concerns, deficiencies, problems, etc), recommendations (corrective actions, etc), and upcoming activities. 7. Establish an Enterprise level Risk Management Board at the PEO EIS level to focus independent program oversight, program reviews, and evaluation of current assessments and standardized reporting. Collaboration from all participating programs will provide enterprise-wide risks, findings, and lessons learned. 8. Manage Risk Radar Enterprise (RRE) or another commercial IV&V tool. Maintain the IV&V tool of choice at the enterprise and program office level, ensure the software is utilized across all the programs, review all identified risks within the repository, appropriate mitigation strategies, and mitigation plans developed. 9. Develop and implement processes in Knowledge Management collaborative software program that captures lesson learned from the PMOs and tracks replication opportunities in order to streamline the software engineering and program management capabilities of current and future programs using data that will aid in the identification and mitigation of future risks. 10. Develop a framework with tools and templates in order to establish a Center of Expertise (COE) for the ERP programs that includes; assessment teams, advisory services, technical standard development services, IV&V and process improvement capabilities for the programs that require support in driving their missions forward. 11. Conduct source code analysis using recommended tools by experienced ERP implementation specialist on SAP and Oracle systems to determine vulnerabilities; evaluate code against multiple quality metrics; check code against security standards. REQUIREMENTS SCOPE - PMO 1. Conduct assessments and develop risk mitigation plans that support the testing strategies and recommend any automated testing tools to improve program performance. Validate software test scripts and tests performed to quote mark requirement(s) quote mark for all software development. 2. Conduct assessments on how to improve the implementation of Oracle and SAP into the current architecture and how to improve the functionality for user acceptance. Document lessons learned and collect findings into a designated knowledge management repository. 3. Evaluate Oracle and SAP operations, configurations and sustainment code and modules as it pertains to the PMO. Review each incremental system release for user experiences, review trouble tickets, break-fixes and reworked code. All technical evaluations should be conducted by experienced Oracle or SAP ERP system specialists to improved system design and reduce rework. 4. Review business intelligence tools, and modules including Financials, Controlling, Project Systems, Plant Maintenance, Solution Manager within Oracle and SAP to ensure the PMOs are tracking Key Performance Parameters (KPP's) in accordance with DoD 5000 and approved acquisition documentation. 5. Evaluate Risk Management; Process Analysis; Organizational Change Management (OCM) Analysis (Technology Adoption, Communications, Training, and Fielding) and support to the PMO implementation team. Ensure reviews are conducted and communicated on independent and joint programs to increase collaboration between the PMOs. 6. Review standards and program management leading practices for risk management with particular attention being made to compliance with the acquisition strategy, regulations and software development practices. The nature of IV&V requires that complete impartiality be maintained. A key aspect to this requirement is that IV&V means completely non-partial party/parties perform the evaluation of the products completed by the vendor designing or performing the project. Due to the nature of IV&V any firm that currently has a contract with, or anticipates submitting a proposal for any requirement with a PMO within PEO EIS in the future is not eligible. INSTRUCTIONS TO COMPANIES This is a request for information only. Do not submit a proposal or quote. The answers to the questions below should total no more than 10 pages maximum, single spaced (Microsoft Word or.pdf attachments are preferred), (8 quote mark x11 quote mark pages, 1 quote mark margins, 12pt font, including any tables, diagrams, etc.) including the following: Name of Company: CAGE Code: Address: Point of Contact: Phone Number: Fax Number: Email Address: Proposed Contract Vehicle if any (Example: GSA, Army CHESS, etc.) In the Capability Package the Offeror must respond to and provide detailed answers to all of the following questions: 1. What is your company's experience specific to DoD and Army ERP contracts? Provide specific examples of how your company supported the ERP program and the DoD acquisition process the program was developed under (for example DoD 5000, BCL...etc.) 2. Describe your experience in providing IV&V on major Enterprise Resource Planning solutions within the Federal Government or DoD that are SAP based and provide an estimate of the dollar value of that effort. Describe the pricing arrangement used in the experience examples (i.e. firm fixed price, cost plus fixed fee, cost plus award fee, time and materials, cost sharing, or cost). 3. Describe your experience in providing IV&V on major Enterprise Resource Planning solutions within the Federal Government or DoD that are Oracle based and provide an estimate of the dollar value of that effort. Describe the pricing arrangement used in the experience examples (i.e. firm fixed price, cost plus fixed fee, cost plus award fee, time and materials, cost sharing, or cost). 4. Describe how you established an IV&V program at both the enterprise and program office level? Give 2 examples within the Federal Government or DoD where you have implemented an IV&V program. 5. Describe the types of roles necessitated by your method, as well as the certifications/credentials needed for each role. (For example, Database Administrator certified in SAP/Oracle) role. 6. Do you currently support contracts that have the requirement of a secret or higher clearance? SUBMISSION OF INFORMATION It is recommend that you limit the use of marketing materials in order to provide more substantive information in your written responses. Companies should submit the information requested above no later than Close of Business, 29 March 2013. Please furnish the above requested information by email only to Stuart Honn, Contract Specialist at stuart.j.honn.civ@mail.mil. Information provided above and beyond the information requested in this announcement (appendices, brochures, catalogs, etc.) will not be reviewed by the Government. Any company responding to this notice should ensure that the response is complete and sufficiently detailed to allow the Government to determine the company's qualification to perform work. Companies are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to companies with respect to the information submitted. The Army will evaluate the responses to help identify interested contractor who have the capability to provide support in the areas outlined in this announcement. All information received in response to this notice will be marked PROPRIETARY and handled accordingly. Proprietary information will be safeguarded in accordance with applicable government regulations. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Responses to this notice will not be returned and respondents will not be notified of the results of the evaluation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a739b7109714d6bcf8ed14a96cf3f24d)
- Place of Performance
- Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
- Zip Code: 61299-6500
- Zip Code: 61299-6500
- Record
- SN03018305-W 20130323/130321235203-a739b7109714d6bcf8ed14a96cf3f24d (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 |