SOLICITATION NOTICE
R -- Integrated Logistics Management System
- Notice Date
- 4/13/2017
- Notice Type
- Presolicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Commerce, U. S. Census Bureau, Acquisition Division, 1201 East 10th Street, Jeffersonville, Indiana, 47130
- ZIP Code
- 47130
- Solicitation Number
- CENSUS2017-ILMS-RFI
- Archive Date
- 5/6/2017
- Point of Contact
- John Edward Czaika, Phone: 3017636063, Sean Krisko, Phone: 3017637551
- E-Mail Address
-
john.edward.czaika.iii@census.gov, Sean.M.Krisko@census.gov
(john.edward.czaika.iii@census.gov, Sean.M.Krisko@census.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- REQUEST FOR INFORMATION US Census Bureau, Decennial Information Technology Division 1.0 Description 1.1 The U.S. Census Bureau, in support of the Census Decennial Logistics Management Program, is seeking information on how an interested contractor could meet a requirement for an Enterprise Resource Planning (ERP) COTS application in the Cloud. 1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Navy is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website or if the market research results in a GSA schedule buy it will be announced on GSA's E-Buy website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. 2.0 Background The Census Bureau has been using a vendor-provider instance of SyteLine from Infor in its operations since 2015. The vendor is providing the system as a Software as a Service (SaaS) in the Public Cloud and has partnerships with vendors for both Infrastructure as a Service (IaaS) and Platform as a Service (PaaS). The SaaS, IaaS, and PaaS, are all FedRAMP compliant. The IaaS and PaaS are FedRAMP authorized. SyteLine provides the following capabilities: • Tracks all non-IT materials used in a census or survey • Maintains an inventory of all non-IT items with descriptive data fields • Allows users to place automated orders for inventoried items • Tracks orders • Allows planning and scheduling of how and when orders can be completed • Receives data from other systems that fill descriptive data fields for inventoried items • Allows the use of bar code scanners to update inventories • Interfaces with other systems that track, for example, small purchase orders, shipments, etc. • Allows tailoring for particular user requirements • Provides email notifications as required for pre-determined business rules • Creates and stores reports regarding inventoried items and orders Syteline, or a similar system, is required for efficiency of Census operations. The government requires configuration of additional software modules for Census use for the 2020 Census and for testing in 2018. They are: • Procurement • Advanced Planning and Scheduling • Factory Track The government will require training for approximately 600 new users. In addition, the government requires Census Software Development Life Cycle (SDLC) documentation and IT Security documentation to obtain a Census Authority to Operate (ATO) and FedRAMP authorization. The government requires maintenance of the system with Help Desk and technical support. The system expansion will save the Census Bureau dollars by automating processes that have traditionally been done manually, thereby cutting costs for human resources. The expansion will also save the Census Bureau costs for inventory produced but not needed with the additional planning and scheduling capability enabled. 2.1 Delivery Period: • August 1, 2017 through July 31, 2022 2.2 Limitations: • Provide configured Enterprise Resource Planning (ERP) COTS on the public cloud. • Meet Census Bureau requirements for expansion of the operating system within the Census allotted timeframe for 2018 end-to-end testing beginning in January 2018. 2.3 Security Requirements: • The provider must be able to demonstrate that they have the ability for their application and SaaS to become FedRAMP authorized. • Documentation of partnerships with IaaS and PaaS providers that demonstrate the ability to become FedRAMP authorized. 3.0 Interested Contractors. Please provide the following information: • Company Overview: o A brief description of your company. o Socio-economic status, business size, and size standard/applicable North American Industry Classification System (NAICS) codes. o Dun & Bradstreet (DUNS) number. o Web site address. o Government and commercial clients. Please include the scale of these contracts by dollar value, full time equivalent employees (FTEs), or number of annual contacts. • Company Capabilities o Specify your company's ability to provide the following as described in this RFI. It should be clearly delineated as to which areas your company is able to perform.  Demonstrate the ability for their SaaS in the Public Cloud to become FedRAMP compliant  Documentation of partnerships with IaaS and PaaS providers that demonstrate the ability to become FedRAMP authorized.  Ability to quickly ramp up a configured Enterprise Resource Planning (ERP) COTS on the public cloud o Have you performed Census or similar federal agencies' inventory procedures and operations before? If so, please provide past performance details to include contract number, dollar value, and point of contact. 4.0 Responses 4.1 Interested parties are requested to respond to this RFI. 4.2 Responses shall be in Microsoft Word for Office compatible format are due no later than 21 April 2017, 3:00PM EST. Responses shall be limited to 10 pages and submitted via e-mail only to John.Edward.Czaika.III@censu.gov and Sean.M.Krisko@census.gov. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. 5.0 Industry Discussions USCB representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks. 6.0 Questions Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer, email address. Verbal questions will NOT be accepted. Questions will be answered by posting answers to the Synopsis; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 19 APRIL 2017, 3:00PM EST will be answered. 7.0 Summary THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide an Integrated Logistics Management System. The information provided in the RFI is subject to change and is not binding on the Government. The USG has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/CB/JeffersonvilleIN/CENSUS2017-ILMS-RFI/listing.html)
- Place of Performance
- Address: US Census Bureau, 4600 Silver Hill Road, Suitland, Maryland, 20746, United States
- Zip Code: 20746
- Zip Code: 20746
- Record
- SN04471981-W 20170415/170413235231-2e5deafd689ed61b7839d0bba75feabc (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 |