Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 17, 2015 FBO #4984
SOURCES SOUGHT

D -- SAP Consulting Services

Notice Date
7/15/2015
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
UNAWRD15RSAP1
 
Response Due
7/31/2015
 
Archive Date
9/13/2015
 
Point of Contact
Molly Condon, 309-782-8549
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(molly.b.condon.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: W52P1J-15-R-SAP1 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. The capability statement for this sources sought is not to be a proposal, but rather responses to the information requested below. The Government will not pay for any information or administrative cost incurred as a response to this announcement. Proprietary information must be properly marked and will be safeguarded in accordance with the applicable Government regulations. Project Manager Army Enterprise System Integration Program (PM AESIP) is the lead office for this planned contract to support the specific requirements of PM AESIP (including AESIP Hub), Product Manager Global Combat Support System (GCSS-Army), PM General Fund Enterprise Business Systems (GFEBS), PdM Logistics Modernization Program (LMP), and other Army ERP stakeholder organizations. INTRODUCTION Ms. Molly B. Condon, Contract Specialist, Army Contracting Command - Rock Island (ACC-RI) on behalf of PM AESIP, under the Program Executive Office, Enterprise Information Systems (PEO EIS), is conducting market research for AESIP, AESIP Hub, GCSS-Army, GFEBS, LMP, and other Army ERP stakeholder organizations. Respondents to the sources sought announcement should provide capability statements as qualified prospective contractors, capable of providing the services that support the requirements identified herein. The period of performance is anticipated as a one-year base period with two (one-year) option periods. Description of Services: The Government has a requirement for highly specialized SAP consulting services and is seeking capability statements from any contractors that can provide services identical to the unique services of SAP National Security Services, Inc. (SAP NS2). The contractor must be capable of solving complex technical and functional issues in support of Army SAP ERP system design, development, and fielding; as well as strategic planning for future product improvements in support of the following Army ERP programs/organizations: Global Combat Support System - Army (GCSS-Army), General Fund Enterprise Business System (GFEBS), Logistics Modernization Program (LMP), Army Enterprise Systems Integration Program (AESIP) Hub, and other Army stakeholder organizations (e.g., Army Shared Services Center (Army-SSC), eNOVA, Headquarters Army Environmental System, Army Materiel Command - Logistics Support Activity (LOGSA), Combined Arms Support Command (CASCOM), and Army Staff). In order to successfully perform the Government's requirement, contractors must have reach back and access to SAP's developers, code base, and intellectual property, as well as knowledge of proprietary products and services, system releases, and future product direction. Interested sources that can meet all the requirements described above should submit their capability statements to the point of contact identified below. Additional Requirements a.Vendor must have DoD Facility Security Clearance b.The work locations are: AESIP, GFEBS: Northern VA, National Capital Region GCSS-Army: Petersburg, Fort Lee & Midlothian (Richmond), VA LMP: Marlton and Picatinny Arsenal, NJ INSTRUCTIONS TO COMPANIES This is a request for information only. Do not submit a proposal or quote. Responses should total no more than 5 pages maximum, single spaced (Microsoft Word or.pdf attachments are preferred), (8 quote mark x 11 quote mark pages, 1 quote mark margins, 12 pt Arial font, including any tables, diagrams, etc.) including the following: Name of Company: CAGE Code: Existing Government Contract Vehicles which are similar in scope of that described in this sources sought: Address: Point of Contact: Phone Number: Fax Number: Email Address: SUBMISSION OF INFORMATION Companies should limit the use of marketing materials in order to provide more substantive information in the written response. Submit the information requested above no later than Close of Business on Friday, 31 July 2015. Please furnish the above requested information, by email only, to Ms. Molly B. Condon, Contract Specialist at molly.b.condon.civ@mail.mil and Mr. Ryan R. Larrison, Contracting Officer, at ryan.r.larrison.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 interest and the ability of the small business community to provide support in the areas outlined in this announcement. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. 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. Additional Info: Contracting Office Address: ACC - Rock Island (ACC-RI), 3055 Rodman Avenue, Bldg 62, ATTN: CCRC-TD, Rock Island, IL 61299-8000 Point of Contact(s): Molly B. Condon, 309-782-8549
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e6e9acfca0555c782d40619e3d6fed4f)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: CCRC-TD Rock Island IL
Zip Code: 61299-8000
 
Record
SN03798045-W 20150717/150715235740-e6e9acfca0555c782d40619e3d6fed4f (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.