SOURCES SOUGHT
D -- Macedonian Logistics Information System (LIS) Support
- Notice Date
- 4/4/2017
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-17-R-0915
- Archive Date
- 5/13/2017
- Point of Contact
- Carmel M. Costa, Phone: 6095627041, Shante, Phone: 7038063129
- E-Mail Address
-
carmel.m.costa.civ@mail.mil, shante.mcgee@us.army.mil
(carmel.m.costa.civ@mail.mil, shante.mcgee@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information (RFI) INTRODUCTION: The United States Army Contracting Command - New Jersey (ACC-NJ) on behalf of the Program Executive Office Enterprise Information Services (PEO EIS) International Programs Division (IPD) is issuing this sources sought synopsis as a means of conducting Market Research to identify parties having an interest in and the resources to support the requirement for Macedonian Logistics Information System Update. The intention is to determine the competition strategy. PLACE OF PERFORMANCE: The Contractor shall perform within Continental United States (CONUS) locations and Outside of the Continental United States (OCONUS) location to Macedonian Ministry of Defense/Macedonian Armed Forces facilities in Skopje, Republic of Macedonia. It is also important that the respondent shall have experience with operational environment in Macedonia. Software to be maintained for these systems will be in the native language. Additionally, a staff of translators (or a translator) and systems developers, installers, and trainers who are fluent both verbally and written in language of Macedonian is required. DISCLAIMER: "THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT." NOTE: NUMBER W15QKN-17-R-0915 IS FOR INTERNAL TRACKING PURPOSES ONLY. BACKGROUND: In 2011 the US Army PEO EIS International Programs Division (IPD) developed and delivered, Logistics Information System under Foreign Military Sales/Foreign Military Financing Program. The system is based on Microsoft SQL database and Microsoft Dynamics AX 2009 Enterprise Resource Planning application for the Ministry of Defense and Armed Forces of the Republic of Macedonia. After expiration of the initial sustainment period in 2012, the application has not been updated, maintained, and upgraded. These factors compounded by changes in logistic processes, organizational structures, and legislative framework led to diminished system use and data obsolescence. The Macedonian Ministry of Defense requested assistance from the US Army PEO EIS in modifying the existing application/system to enable system restart and operational use. Upgrading the application to the current Microsoft Dynamics AX standard is deemed not feasible within the available acquisition planning time frame. REQUIRED CAPABILITIES: ACC-NJ on behalf of PEO EIS IPD is requesting information from organizations to provide the following capabilities for each of the below phases. Respondents should detail experience in performing the functions detailed in the below phases: Phase 1. Analysis and Design Anticipated Period of Performance (POP): 2 months (A) Analyze the current Microsoft Dynamics AX 2009 based Logistics Information System application. Analyze legacy application workflows and develop functional designs incorporating required modifications. (B) Examine, evaluate, and address (in the design) impact of changing the primary item identification number to the Macedonian National Identification Number within the system. (C) Review and analyze customer requested modifications to Microsoft Dynamics AX 2009. The following list of confirmed end-user modification requests is provided for information purposes only and does not require specific response for each item: 1. Addition of a mandatory field to a user screen. The field exists already on another form within the application. 2. Automatic field population based on user selections of existing transactions within Purchase Order module. 3. Addition of dialog window enabling, by date range, record filtering of Operational Requirement on user screen. 4. Automatic Value Added Tax (VAT) deduction from the Purchase Cost field within Public Procurement Planning module. 5. For planned Purchase Orders add and display field indicating "incremental" or "single lot" procurement. 6. Allow an option, to transfer Planned Purchases to "approved plan status" prior to approval of complete Public Procurement Plan for the current Fiscal Year. 7. Automatic creation (field population) of Purchase Orders within application with data provide in the Master Scheduling module previously. 8. Disabling user ability to create new Purchase Orders if financial resources allocated by plan holder, program, and/or assignment are insufficient. 9. Resolve Application error related to user attempt to modify or delete a Purchase Order record. 10. Add ability for user to select type of asset (fixed/consumable) in the Material Receipt module. Currently all assets purchased on "non-Blanket Purchase Order" are categorized automatically as fixed assets. 11. Add ability to enter serial number for each item received. 12. Adjust quantity received limit from value stated in the Release Order to value stated in the Approved Quantity field. 13. When transferrin material to multiple warehouse using the same Release Order, screen for second and each subsequent transaction should be pre-populated with common field values from the initial transaction. 14. Resolve error (Asset Movement/Item Requirement form) occurring when more than one asset with same Item number, but different configuration number, is transferred from one to another Handler ID. 15. Resolve inability to close transaction when quantity received is smaller than quantity shipped. 16. Expand ability to issue an asset beyond the current permission given only to the associated handlers. 17. Close form automatically once Transfer or Purchase Order are created successfully. 18. Add an additional lines to display item requirement. 19. Allow filtering of item requirements by NATO classes of supply using a dialog window. 20. Revise or create a new form to display and print Issue of Materials allowing additional lines of text. 21. Allow user-entry of expiration dates for perishable items. 22. Increase space for displaying text to 3 lines for Ammunition Issue/Receive/Returned form and create single printed report for all. 23. Allow user to create a "reverse" transaction for material Issue and Return. 24. Allow authorized users to update current value for asset. 25. Allow authorized users to rename assets. 26. Allow authorized users to correct automatic depreciation of assets. 27. Create form to write assets-off. 28. Allow change of asset status to "active" from "disposed" or "surplus." 29. Change the primary item reference number from NATO Stock Number (13 digits) to National Identification Number (15 digits - 2 digits added while 13 will remain the same). (D) Analyze data migration/upload requirements. Design data upload strategy. (E) Develop a comprehensive project plan. (F) Conduct in-country design review. Phase 2. Implementation/Installation. Anticipated POP: 4 months. (G) Implement software modifications based on the results of Phase 1 activities. (H) Develop and implement build of enhanced/modified workflows in a test environment. (I) Implement and install verified enhancements/modification in the production environment. (J) Update legacy system documentation and training materials. Phase 3. Validation and Testing. Anticipated POP: 1 month. (K) Design and execute comprehensive system testing to validate required capabilities and functionalities. Phase 4. Data Upload. Anticipated POP: 1 month. (L) Create data templates to upload data into the system's database. (M) Purge legacy data. (N) Upload data using templates populated by the customer. (O) Validate data upload. Phase 5. Training. Anticipated POP: 3 months. (P) Provide comprehensive application/database administrator and system user training on-site in the Macedonian language. The training will include: (1) Microsoft SQL Database Administration (2) MCSA: SQL Server 2012, Exam 70-461 (3) 20461: Querying Microsoft SQL Server, Exam 70-462 (4) 20462: Administering Microsoft SQL Server Databases, Exam 70-463 (5) 20463: Implementing a Data Warehouse with Microsoft SQL Server (6) 20464: Developing Microsoft SQL Server Databases, Exam 70-465 (7) 20465: Designing a Data Solution with Microsoft SQL Server, Exam 70-465 С (8) 20466: Implementing Data Models and Reports with Microsoft SQL Server, Exam 70-467 (9) Logistics Information System Administration (10) Key User Training ACC-NJ POINTS OF CONTACT (POCs): Contracting Officer: Paul Lepore Phone: (609)562-6101 E-mail: paul.g.lepore.civ@mail.mil Contract Specialist: Carmel Costa Phone: (609)562-7041 E-mail: carmel.m.costa.civ@mail.mil Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. The data provided will be able to assist the Government's planning to determine competition strategy. ELIGIBILITY: The applicable NAICS code for this requirement is 541511 with a Small Business Size Standard of $27.5M. The Product Service Code is D308. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. SECURITY: A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate the ability to handle and safeguard Foreign Government Information (Republic of Macedonia). SUBMISSION GUIDELINES: Interested parties are required to provide an information package consisting of the following: (1)The contractor submission to the items in this notice shall not exceed 20 pages, (including the cover page and appendices). Documents must be submitted in electronic format (i.e. Microsoft Word 2010 or Adobe Acrobat compatible) to the ACC-NJ POCs stated above. The text shall have one inch margin on all sides, single-spaced, Times New Roman font, font size of 12, and page size 8 1/2 x 11 letter. (2)All information submitted to ACC- POCs (e.g. Contracting Officer, and Contract Specialist) must reference sources sought synopsis number W15QKN-17-R-0915. (3)Interested vendors must be registered on the Central Contractor Registration in the System for Award Management (SAM) database and the online representation and certification application (OCRA) must be activated. For SAM registration, please visit online - https://www.sam.gov/portal/public/SAM. CAPABILITY STATEMENTS: Tailored capability statements addressing the particulars of this effort, with appropriate documentation will be required. The Capability Statement shall include a response for the 5 phased areas that are identified in the REQUIRED CAPABILITY section of this announcement, and company information, experience and knowledge as follows: Part A- Company Information: Please provide the following information for your company/institution and for any teaming or joint venture partners: A. Company/Organization Name B. Address C. Point of Contact (s) (with phone number(s) and email address(es)) D. Cage Code E. DUNS Number F. Web page URL G. State Government Wide Acquisition Contracts (GWACs) or Multiple Award Contracts that your organization is a contract holder H. Statement describing company as domestically or foreign owned (if foreign owned, please indicate country of ownership) I. Size of business pursuant to North American Industry Classification System (NAICS) Code 541511. The Small Business Size Standard for this NAICS code is $27.5M. For more information, refer to http://www.sba.gov/content/table-small-business-size-standards. Based on the above NAICS Code, state whether your company qualifies as: Small Business (Yes/No); Woman Owned Small Business (Yes/No); Small Disadvantaged Business (Yes/No); 8(a) Certified (Yes/No); HUB Zone Certified (Yes/No); Veteran Owned Small Business (Yes/No); Service Disabled Small Business (Yes/No); Central Contractor Registration (Yes/No). Part B- Company Capability (Experience): A. Describe briefly the capabilities of your company and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. B. Describe your company's past experience (no more than five examples) on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual points of contact (Contracting Officer and Program Manager). C. Is your company currently providing similar services to another government agency (you may also include contract #s for government) or other non-government customer? If so, please identify the agency or non-government customer. D. Is your company currently providing similar services to another government agency (you may also include contract #s for government) or other non-government customer? If so, please identify the agency or non-government customer. E. What experience do you have planning and executing (the development of hardware and software) for Microsoft Dynamics AX 2009? F. Describe your experience to provide complex technical support to Foreign Military Sales customers. G. Can or has your company managed an OCONUS technical contract before? If so, provide details. H. Does your company hold any existing contracts that include scope similar to Macedonian Logistics Information System requirements? I. Describe your company's approach and capabilities in obtaining and retaining qualified and experienced personnel. How soon could your company secure qualified personnel? J. Subcontractors: (1)If you were to rely on subcontractors for this effort, what subcontractors would you use; and what percentage of which portions? (2)What are their experiences; and do you already have a relationship with the subcontractor(s)? (3)Do have experience with any subcontractor within the foreign nation listed in the place of performance? (4)Can or has your company managed a team of foreign national subcontractors before? If so, provide details. Part C- Technical Capability (Knowledge): A. Describe your knowledge of the functioning and experience with the Microsoft Dynamics AX 2009 or a comparable ERP applications. B. Describe your knowledge and capability to support the Microsoft Dynamics AX 2009 based system solutions without the hardware TDP. C. Describe your company's capabilities for testing Enterprise Resource Planning systems. D. Describe the top five risks you foresee in executing an effort of this scope. In addition, state the steps would you likely take to mitigate the risks. E. What specific technical skills does your company possess in development of military/civilian logistics information system standards and/or application profiles? PACKAGE SUBMISSION DEADLINE: Contractors are responsible for all costs for submitting their capability packages. All capability packages must be electronically submitted to the ACC-NJ POCs (Contracting Officer and Contract Specialist) by 1600 (or 4:00PM) Eastern Standard Time (EST) on 28 April 2017. IMPORTANT INFORMATION TO RESPONDENTS: A. The contract type for this contract is to be determined. B. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition or Section 886 under Public Law 110-181. C. All questions must be submitted via e-mail to the Contract Specialist identified above, and Technical Point of Contact (TPOC): shante.m.mcgee.civ@mail.mil. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. D. A response to this sources sought synopsis notice will not be considered as an adequate response to any future solicitation. E. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. F. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. If you submit Proprietary information, you must clearly mark as proprietary on every sheet containing such information and segregate the Proprietary information to the maximum extent practical from other portions of your response (e.g. use an attachment or exhibit). Respondents are responsible for adequately marking Proprietary information in their response. The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e882e4969d88a55f0d625c7fbc8d2da8)
- Place of Performance
- Address: The Contractor shall perform within Continental United States (CONUS) locations and Outside of the Continental United States (OCONUS) location to Macedonian Ministry of Defense/Macedonian Armed Forces facilities in Skopje, Republic of Macedonia., Macedonia
- Record
- SN04458888-W 20170406/170404235017-e882e4969d88a55f0d625c7fbc8d2da8 (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 |