Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 14, 2021 SAM #6986
SOURCES SOUGHT

R -- LMP Program Management Office Contractor Support Services at Picatinny Arsenal

Notice Date
1/12/2021 5:28:07 AM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
W4MM USA JOINT MUNITIONS CMD ROCK ISLAND IL 61299-5000 USA
 
ZIP Code
61299-5000
 
Solicitation Number
W52P1J-LMPSupportServices
 
Response Due
2/12/2021 3:00:00 PM
 
Archive Date
12/12/2021
 
Point of Contact
Terry C. Kraker, Phone: 563-223-9380
 
E-Mail Address
terry.c.kraker.civ@mail.mil
(terry.c.kraker.civ@mail.mil)
 
Description
The US Government (USG) is issuing a Request for Information (RFI) to obtain information from industry on their ability and capability to provide Logistics Modernization Program (LMP) Program Management Office (PMO) Contractor Support Services at Picatinny Arsenal. This anticipated requirement will be a cost plus fixed fee contract that will consist of Program Management Support Services, Financial Support Services, Technical support Services, Enterprise Resource Planning, Strategic Planning, Business Modeling, Knowledge Management and Process Improvement, Business Transformation Support Services, Contract Management Support Services, and� Administrative Support �Services.� Attached is the PWS which further details the anticipated scope of work to be accomplished for the anticipated requirement. In response to this RFI, The USG is requesting that the following information be provided; 1) Describe your experience providing acquisition strategy, business case analysis, and program management supporting the Army Logistics Modernization Program (LMP) SAP Enterprise Resource Planning (ERP) program. Demonstrate your understanding of the Army�s overall ERP environment, LMP solution, strategy and operational structure. 2) What contract vehicles are available to support these types of services, which ones do you recommend and why? Describe factors that the Army should consider in selecting the contract vehicle for this work. 3) What labor categories and rate ranges do you offer and recommend for these services? Describe your approach for staffing these positions, and what labor market analysis and benchmarks do you use? 4) Describe your experience supporting the Army in establishing and overseeing System Integration (SI) contracts/task orders for development and sustainment of its SAP ERP systems. This includes strategic advisory services, analysis of alternatives, program management office support, contract management, other transaction authority (OTA), and monitoring the performance of Army SI and sustainment contractors; such as those under Chief Information Officers - Solutions and Partners (CIO-SP3), , and other contract vehicles. 5) Based on your understanding, provide considerations and recommendations for holistic contract approaches and structures that effectively support the Army�s strategy and interests. Identify key concerns and risks, and describe mitigation measures. 6) Describe approaches to align Army acquisition and information technology management with DoD strategy, including small business strategy. 7) Describe your unique experience and qualifications by identifying and recommending acquisition and program management streamlining approaches that describe how they will improve cost effectiveness in managing the Army SAP ERP programs. 8) List office locations, including satellite offices in the NJ/NY area, and number of staff with the skill sets applicable to this work. INFORMATION:� This announcement is for information and planning purposes only and should not be construed as a commitment by the Government for any purpose.� This announcement does not constitute a Request for Proposals and no contractor will be awarded from this announcement. Further, this notice does not obligate the Government to release a Request for Proposal (RFP) or any subsequent action as it relates to the planned services. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests.� No basis for claim against the Government shall arise as a result from a response to this announcement or Government use of any information provided.� This announcement does not restrict the Government to an ultimate acquisition strategy.� The Government reserves the right to consider acquisition strategies as deemed appropriate.� RESPONSE DATE:� All responses/comments to this announcement are due by 5:00 pm P.M. Central Time on February 12, 2021.� Responses/Comments shall be e-mailed to the following points of contact: Ms. Terry Kraker, terry.c.kraker.civ@mail.mil, 309.782.8570
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c09363f0f7fd4863985ccf918394b8d9/view)
 
Place of Performance
Address: Wharton, NJ 07885, USA
Zip Code: 07885
Country: USA
 
Record
SN05890534-F 20210114/210112230113 (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.