Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2020 SAM #6700
SPECIAL NOTICE

D -- Request for Information for a possible Integrated Personnel and Pay System � Army (IPPS-A) Increment II (INC II) Follow-On contract

Notice Date
4/1/2020 12:59:43 PM
 
Notice Type
Special Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
ACC-NJ
 
ZIP Code
00000
 
Solicitation Number
W15QKN-20-RFI-0081
 
Response Due
5/1/2020 9:00:00 AM
 
Archive Date
05/16/2020
 
Point of Contact
Vincent W. Hayes, Phone: 703-545-3264, Valerie M. Mills-Diggs, Phone: 703-692-7800
 
E-Mail Address
Vincent.w.hayes.civ@mail.mil, valerie.m.mills-diggs.civ@mail.mil
(Vincent.w.hayes.civ@mail.mil, valerie.m.mills-diggs.civ@mail.mil)
 
Description
This Request for Information (RFI) is for market research and planning purposes only for a possible Integrated Personnel and Pay System � Army (IPPS-A) Increment II (INC II) Follow-On contract. The purpose is to gain knowledge of the interest, capabilities, and qualifications of Industry that can be used to satisfy the requirement. It is not to be construed as a commitment by the Government, nor is it to be considered as a Request for Proposal (RFP), or as an obligation on part of the Government to acquire any products or services. Objective: The US Army Contracting Command - New Jersey is issuing this RFI to survey the market for potential system integrators capable of sustaining a Human Resources (HR) capability already deployed to the Army, transitioning to the sustainment of the deployed capability, developing additional HR capabilities that will enhance the deployed HR system, and designing, developing, deploying, and sustaining a Pay capability that will integrate with the existing deployed HR capability. The integrated HR/Pay capability will be an Enterprise Resource Planning (ERP) solution based on the Oracle PeopleSoft Commercial-Off-The-Shelf (COTS) software solution, PeopleSoft Update Manager 32, using People Tools version 8.57. Background: IPPS-A INC II is a Defense Business System acquisition program under the Milestone Decision Authority of the Army Acquisition Executive. It is managed by the Army Program Executive Office Enterprise Information Systems (PEO EIS), IPPS-A Project Management Office, in Arlington, VA 22202. PEO EIS develops, acquires and deploys tactical and management Information Technology systems and products and is a Systems Acquisition, Development and Integration Center of Excellence. The IPPS-A INC II mission is to develop and deliver a single, integrated, multi-component HR and Pay system that streamlines Army HR, enhances the efficiency and accuracy of Army Personnel and Pay procedures, and supports Soldiers and their families. IPPS-A INC II is to be deployed in a series of three software releases (Releases 2-4) to the Total U.S. Army Force (Active Army, Army National Guard, and the Army Reserves) when complete. Release 2 is fully deployed to the Army National Guard and consists of the initial foundation of HR capability. Release 3 is an upgraded HR capability that will be deployed to the Total U.S. Army Force (Active Army, Army National Guard, and the Army Reserves) no later than December 2021 and will transition into the sustainment phase no later than January 2022. The IPPS-A INC II follow-on contract will provide Release 4 to the Total U.S. Army Force - an integrated Pay capability. The intent is to integrate Pay capabilities into the existing HR system. In addition to the integrated Release 4 Pay capability, this effort will require the System Integrator to sustain and enhance the deployed HR capabilities within the system baseline. There are four specific additional HR capabilities that will be developed separately but in parallel with the integrated Release 4 integrated Pay capability. At full deployment, the HR and Pay capabilities will provide an integrated ERP solution to the Total U.S. Army Force. Depending on funding levels, the System Integrator will design, develop, test, and deploy additional Release 3 and 4 capabilities and other pre-planned product improvements (P3I) as modifications and/or enhancements to the IPPS-A INC II system baseline capabilities during the Capability Support Phase after all software releases are fully deployed. Specific requirements are delineated below. Requirements: Requirements for the IPPS-A INC II follow-on contract include sustainment of the deployed software baseline, Release 4 capabilities, four specific additional HR capabilities, and other INC II Additional Capabilities and P3I requirements as funded. 1.����������� Release 4 integrated Pay capability requirements include: a)����������� Allotments b)����������� Allowances c)����������� Base Pay d)����������� Basic Allowance for Housing/Basic Allowance for Subsistence e)����������� Bonuses f)������������ Collections g)����������� Disability/Incapacitation Pay h)����������� Duty Participation i)������������ Incentives Pay j)������������ Leave(Full) k)����������� Leave and Earnings Statement l)������������ Payroll Processing m)��������� Reimbursements n)����������� Reliable Cost Estimate (Full) o)����������� Reporting & Analytics p)����������� Retirement Points q)����������� Special Duty Pay r)������������ Taxes s)����������� Thrift Savings Plan (TSP)/TSP Catch up t)������������ User Security /Audit Trails/ Internal Controls u)����������� Workflow/Visibility v)����������� Separations/Retirements (Full) w)���������� Contracts x)����������� Benefits (Full) y)����������� Data & Interface Services (Full) z)����������� Non-Secure Internet Protocol (NIPR) and Secure Internet Protocol (SIPR) integration with Cross-Domain Support aa)��������� Budget and Accounting Integration (i.e. Direct to Treasury and General Fund Enterprise Business System) bb)�������� Payroll Data Retention (i.e. Archive) cc)��������� Customer� Service and Support w/ correspondence management dd)�������� Assignments 2.����������� System baseline sustainment and enhancement requirements include: a)����������� Coordinate with the existing contractor to transition sustainment activities from that� contractor b)����������� Sustain the HR software baseline (combined Release 2 and Release 3) c)����������� Sustain the HR and Pay software baseline following the deployment of the integrated Pay���� capability (combined Release 2-4) through the end of the contract 3.����������� The following four specific additional HR capabilities will be developed separately, but in parallel with the integrated Release 4 Pay capability requirements: a)����������� Talent Management b)����������� Internal Audit Controls c)����������� Strength Management d)����������� Archiving 4.����������� Depending on funding levels, the System Integrator will design, develop, test, and deploy additional Release 3 and 4 capabilities and other P3I as modifications and/or enhancements to the IPPS-A INC II system baseline. This effort would occur between FY26-30 during the Capability Support Phase after all software releases are fully deployed. These potential modifications/enhancements are as follows: a)����������� Release 3 Additional Capabilities: (1)��������� Assignments (2)��������� Promotions (3)��������� Activity Guide / Guided Self Service (i.e. Life Events) (4)��������� Checklist (i.e. In/Out processing, Mobilizations, De-Mobilization, Soldier Readiness Processing) (5)��������� Business Intelligence (i.e. HR/Customer Relationship Management Analytics, Profile, Financially Analytics, workflow) (6)��������� Retirement Personnel Action Request (PAR) (7)��������� Separations (PAR) (8)��������� Transfers (PAR) (9)��������� Customer Relations Model (10)������� Enterprise Learning Management (11)������� Awards (Decorations, Badges, Unit, and State Awards) (12)������� Orders (13)������� MILPAY (Partial & Inbound Defense Joint Military System) (14)������� Benefits (15)������� Physical Profile (16)������� Data Services b)����������� Release 4 Additional Capabilities (1)��������� Talent Management (progressive) (2)��������� Reporting & Analytics (Command Selection List progressive) (3)��������� Performance Evaluation (4)��������� Retention Management c)����������� Other P3I (1)��������� Common Access Card scanning for quick data entry (2)��������� Disconnected Operations (3)��������� Emergency Accountability (4)��������� Sponsorship (5)��������� Tactical in-theater accountability (6)��������� Integration with civilian HR/Human Capital Management Cloud to provide Full Force Visibility SECTION I Please respond to questions in Section I using the �Corporate Info� worksheet in the spreadsheet provided. Provide a brief corporate summary that includes: ������������� Contract Number: ������������� Company CAGE Code: ������������� Company DUNS Number. ������������� Company Address: ������������� Company Website (if available): ������������� Company Phone #: ������������� Company Email: ������������� Company Representative and Business Title: ������������� Facility Clearance Level: ������������� # of Cleared Employees (W-2): ������������� Defense Contract Audit Agency (DCAA) certified accounting system? (Yes/No) ������������� ANSI/EIA-748 Compliant Earned Value Management System (EVMS)? (Yes/No) ������������� Company Socioeconomic Classification: Please identify your company's business size standard based on the primary North American Industrial Classification System (NAICS) code of 541512. For more information, refer to http://www.sba.gov/content/tablesmall-businesssize-standards: Small Business (SB), (8) (a), Woman-Owned (WOSB), Economically-Disadvantaged Women-Owned (EDWOSB), Veteran-Owned and Operated (VOSB), Service-Disabled Veteran-Owned (SDVOSB), or Historically Underutilized Small Business-Zone (HUB Zone), Historically Black College and Universities/ Minority Institutions (HBCU/MI) 1.����������� What are the core competencies of your employees that would support the work as described in this RFI? 2.����������� Describe your corporate knowledge and experience (including individual employees) of the DODFMR and the Laws, Regulations, and Policies governing Army payroll CONUS and OCONUS. 3.����������� What functional and technical information and/or documentation would your company require to transition responsibility from the existing system integrator, take over sustainment of the existing system, and lead the implementation of an Oracle PeopleSoft Pay solution? How long would you estimate this transition to take and what high-level Transition Approach would you propose? 4.����������� In your company�s opinion, what would be the most effective contract type to use for this type project (Indefinite delivery contract, Cost Plus Incentive Fee, Cost Plus Fixed fee, or Fixed Price) and why? 5.����������� What information and/or documentation would your company require to be available in the Bidders� Library and when should that information be available for your usage? SECTION II In Section II, please provide the following information about each project your company has been involved with that has similar attributes to those listed in this RFI. Your response must include at least one Federal Government or Department of Defense project. The attached spreadsheet is pre-formatted for input on up to five projects. ������������� Project Name ������������� Prime or a sub-contractor? ������������� Number of W-2 FTEs on contract from your company ������������� Number of employees with clearances on the project ������������� Number of custom objects, interfaces, and interfacing systems included in the scope of the project ������������� Number of Business Warehouse reports/data objects (if applicable) ������������� Number of system users within the scope of the project ������������� Length of the project including which portions of the system lifecycle (e.g. design, development, testing) your company supported 1.����������� Please describe your company�s experience within the last five years, for each project in the following areas: a)����������� Designing, developing, testing, training, deploying, and sustaining an Enterprise Resource Program (ERP) solution based on Oracle PeopleSoft. b)����������� Implementing a PeopleSoft Global Payroll solution in an environment where PeopleSoft Human Capital Management is already in place. Please provide your high-level technical methodology and any specific tools or metrics used to measure and gauge progress or communicate success. c)����������� Sustaining a deployed HR/Pay ERP solution based on Oracle PeopleSoft. d)����������� Transitioning into supporting a deployed solution baseline. e)����������� Developing and integrating modifications/enhancements and new HR capabilities into an existing deployed Oracle PeopleSoft HR solution. f)������������ Experience with subsuming capabilities, users, and data from legacy systems including conversion and/or migration of data key to system business processes. g)����������� Experience managing and simultaneously integrating and enhancing multiple, major software releases with disparate scopes. h)����������� Experience designing, developing, testing, training, deploying QLIK as business intelligence solution for the Oracle PeopleSoft ERP. 2.����������� How was/is the work similar in scope to the IPPS-A INC II follow-on contract described in the RFI? Interested parties with the capabilities to meet the above requirements should electronically submit RFI responses of not more than twelve (12) pages. The twelve pages are broken down into two pages for the corporate information in Section I, and two pages per individual project (maximum of five projects) in Section II. Submit the information requested above in 8.5"" x 11"" paper, 12-point, Times New Roman font, with a minimum of one (1) inch margins all around, discussing your company's ability to meet the above requirements. The response should include a complete discussion of the ability to meet the above stated requirements and capabilities, contractor's facility availability and staffing capabilities. The supporting documentation must be in sufficient detail to enable the Government to determine if the potential vendor has the required capabilities for this effort. Responses should also include a cover letter (not included in the page count). Responses are due no later than 12:00 PM EST on 1 May 2020. All submissions must be in writing or via email and shall include Solicitation Number W15QKN-20-R-0081 - IPPS-A Increment II Capability Statement in the subject line. Submissions and/or responses shall be delivered to: Release Manager:� Vincent Hayes, Vincent.w.hayes.civ@mail.mil 703-545-3264 Acquisition Manager:� Valerie M. Mills-Diggs, valerie.m.mills-diggs.civ@mail.mil� 703-692-7800 If Proprietary Information is submitted, 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 Propriety Information in their response.� All RFI responses must be submitted as unclassified.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7a910864216a4d5a992e5a176ed9924a/view)
 
Record
SN05606800-F 20200403/200401230141 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.