Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 08, 2017 FBO #5615
DOCUMENT

D -- Market Survey/Request for information: Oracle Application Test Suite (OATS) - Attachment

Notice Date
4/6/2017
 
Notice Type
Attachment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-722 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)
 
Solicitation Number
27024
 
Response Due
4/21/2017
 
Archive Date
4/21/2017
 
Point of Contact
Jason McLaughlin, jason.mclaughlin@faa.gov, Phone: 405-954-7736
 
E-Mail Address
Click here to email Jason McLaughlin
(jason.mclaughlin@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
Capability Assessment for implementation of an automated Testing solution based on the Oracle Application Test Suite (OATS), to include the Oracle Functional Test and Oracle Test Manager modules. The Oracle Load Test module is out of scope for this Request for Information. The Federal Aviation Administration (FAA), Enterprise Service Center (ESC), located at the Mike Monroney Aeronautical Center (MMAC) in Oklahoma City Oklahoma, is one of four government approved shared financial service centers that serve multiple governmental agencies. Its primary purpose is to provide core accounting and application support services for federal government agencies. This service involves the use of multiple Information Technology applications, hosted and managed on behalf of its financial services customers. In response to customer requirements, the Enterprise Service Center has identified the need for faster turnaround on system releases. In support of this requirement, the Enterprise Service Center is moving toward a more agile approach to software development lifecycle (SDLC) and configuration management practices. The framework of choice for ESC is the Scaled Agile Framework V4.0 ( SAFe). Implementation of an automated testing solution is a key enabler to the SAFe concepts of Continuous Integration and release any time . The automated testing solution is envisioned to provide fast, unattended execution of automated testing scripts for COTS and custom developed systems based on Oracle, Java, and Microsoft development frameworks. The scope of implementation is defined in the Automated Testing Implementation Draft scope of work document attached to this RFI. Respondents should develop all responses to questions relative to this draft scope of work. The Automated Testing Implementation Draft scope of work document is intended to provide context to the RFI questions and solicit comments. The ESC envisions the automated testing solution to be implemented in a series of severable phases based on industry experience and recommendations. The responses to this request for information will be used for informational purposes only. This is not a screening information request or request for proposal of any kind. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing the response to the market survey. Therefore, any cost associated with the market survey submission is solely at the interested vendor s expense. The purpose of this request for information is to solicit statements of interest and capabilities from industry. At this time the nature of the competition has not been determined. All businesses, regardless of size, are encouraged to respond. The FAA may decide to do a full and open competition or set aside all/part of the procurement for small businesses, service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program. In order to make the determination to set aside all, part, or none of this procurement, the FAA requires the following from interested vendors: Capability Statement - This document should identify: Type of services provided by your firm Size and type of services provided by previous contracts (elaborate and provide detailed information and past performance) Number of years in business (limited to 1 page) Answers to the specific questions below. (Limited to 7 pages) Expected programmatic approach (in-house, teaming, subcontracting, Agile vs Waterfall, etc.) - Respondents must provide their strategy for accomplishing this work, including the percentage of work that will be done by eligible small, service- disabled veteran-owned and 8(a) certified businesses. The approach must separately address each aspect of the implementation scope, identified in the Automated Testing Implementation Draft Scope of Work at the end of this RFI. (Limited to 2 pages) Pages are to be typewritten, double spaced, on standard 8 1/2 X 11 letter size paper, no smaller than 12 point type with 1 margins and page numbers at the bottom of each page. Font size is allowed to vary for descriptive inserts, tables and/or foldouts. Two-sided printing will be counted as 2 pages. Responses are not to exceed 10 pages. Pages in excess of the stated limit will not be reviewed. A.Company Overview Provide a brief description of your company, services, company certifications, business size, and point(s) of contact, including name, address, phone, and e-mail address. Include a completed Business Declaration. B.Questions: (7 pages for questions, comments, and acquisition information ) a.Identify the federal clients for whom you have successfully implemented the Oracle Application Testing Suite (OATS). Briefly describe the scope and modules implemented b.Describe your experience with Oracle Test Manager and Oracle Functional Test modules of the Oracle Application Test Suite. c.Describe your experience developing functional test cases / scripts with OpenScript, Oracle Flow Builder, and Accelerators for EBS R12.2.x? Please note any add on script automation products, tools, or frameworks developed by your organization that extend or add value to the OATS modules identified. d.Please describe your OATS training capability and experience? e.Provide two (2) examples that demonstrate your OATS Implementation and Configuration Experience within the last three (3) years. f.Provide acquisition vehicles. Identify if services are offered on established government acquisition vehicle(s) (such as GSA) g.Please include any comments, concerns or recommendations that you have identified in regards to the requirements (SOW) document. All responses must be submitted to the Contracting Officer via email at Jason.mclaughlin@faa.gov and must be received prior to the closing date and time of 04/21/2017, 3:00 PM CDT. All responses should include "Market Survey Response 27024" in the subject line. NO PHONE CALLS PLEASE If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/27024 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/27024/listing.html)
 
Document(s)
Attachment
 
File Name: Draft scope of work (docx) (https://faaco.faa.gov/index.cfm/attachment/download/77243)
Link: https://faaco.faa.gov/index.cfm/attachment/download/77243

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04463825-W 20170408/170407000018-f90321f5a3674ba08aa791dfefb96d44 (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.