|
COMMERCE BUSINESS DAILY ISSUE OF JULY 14,1997 PSA#1886Social Security Administration, Office of Acquisition and Grants, 1710
Gwynn Oak Avenue, Baltimore, Md. 21207-0696 70 -- WAREHOUSE MANAGEMENT CONTROL SYSTEM SOL SSA-RFQ-97-3226 DUE
072897 POC Andrew Klimas Tel: (410) 965-9493 SSA wishes to receive
quotations from firms to provide a Warehouse Management Control System
(WMCS). This is a combined synopsis/Request For Quotations (RFQ) for
commercial item supplies/services prepared in accordance with FAR
Subpart 12.6 as supplemented with additional information included in
this notice. THIS IS THE ONLY ANNOUNCEMENT. A separate, written RFQ
will not be issued. This procurement is being conducted as simplified
acquisition in accordance with FAR Part 13 with full and open
competition. The standard industrial classification code for this
acquisition is 7371 (avg. receipts not exceeding $18 million for the
preceding 3 years). This RFQ and incorporated provisions and clauses
are those in effect through Federal Acquisition Circular 90-46.
Quotations shall be submitted by July 28, 1997, 3:00 pm, local time, to
the address provided herein, to the attention of Andrew Klimas. The
purpose is to provide SSA with a complete turnkey WMCS. Implementation
of WMCS will include designing and developing the system, performing
a physical wall-to-wall inventory, and barcoding each stored product in
each warehouse in the Baltimore area (Middle River, National Computer
Center, Supply, Security West, Operations, and Metro West buildings).
WMCS shall support a database of 4,300 controlled items in
approximately 50,000 storage locations within a multi-warehouse
environment and process 5,000 line items daily. Orders will be
processed by SSA's supply system and passed to WMCS. WMCS shall provide
systems intelligence to poll for orders in queue, provide consistent
work monitoring and automatic direction of warehouse processes for
optimum operating efficiency. WMCS shall operate within a Novell TR
network linking IBM compatible computers, including Pentium PCs running
Windows NT (32 MB RAM,1.2 GB HD), 486 PCs running DOS 6.2 or Windows
3.11 (32 MB RAM, 400 MB HD),and HP LaserJet 4 and 5 shared network
printers. The file server supporting WMCS is a NetFRAME 8570 with two
150 MHZ Pentium processors running Windows NT4.0 Server (256 MB RAM, 20
GB storage). WMCS shall be a LAN-based PC software solution that
automates all SSA warehouse operations and uses radio frequency (RF)
bar code technology in performing these operations in a paper-less
mode. The specific operations of WMCS are: receiving, location
retrieval, storage management, picking and packing, shipping, and
system support. WMCS shall support multiple product types including
items shipped and stored in full-case quantities or individual units in
all SSA warehouses. WMCS shall be required to store one Unit of Issue
(UI) and multiple Units of Receipt per item (U/R) with a maximum of 5
different units. WMCS shall use the existing SSA coding scheme for
identifying warehouse storage locations. WMCS shall identify receiving
dates, schedule adequate resources accordingly to receive material and
provide for cross docking. WMCS shall print barcode labels for new
receipts and track receipts cumulatively against a purchase order (PO)
until the full PO quantity is received,allow for multiple receipts
against a single PO and allow for receiving non-warehoused items at all
receiving locations. The WMCS location retrieval function shall ensure
efficient, systematic assistance in location selection. WMCS shall use
RF portable terminals to direct the location retrieval function to
random and assigned locations. The WMCS storage management function
shall monitor and control physical inventory in all warehouses, and
support warehouse personnel in monitoring physical inventory via
reports and on-line queries of inventory data by product and location.
WMCS shall track all inventory by the piece, case, carton/box and
pallet and track cycle count frequency and date of next count. WMCS
shall direct picks via RF terminals based on discrete order picking and
managing by zone picking if required. WMCS shall release pick
assignments based on an order priority system. Order priorities shall
be defined as emergency, normal, and scheduled orders, with emergency
as highest priority. WMCS shall provide a flexible order/wave selection
functionality allowing warehouse managers to select criteria for both
the sequence of the picking, and the priority within the sequence. WMCS
shall select appropriate shipping cartons for picked items based on the
size(s) of the items picked, and use the containers to track items
through shipment. WMCS shall provide shipping status information for
all orders in real time via on-line inquiry and printed reports. WMCS
shall provide a listing of all prospective carriers and shall identify
the best mode of transportation (Government Bill of Lading (GBL),
parcel carrier, etc.) based on weight and size of order. WMCS shall
provide a database maintenance capability to add, modify, and delete
any records in the database, and provide internal security and backup
capabilities for it. WMCS shall track all warehouse operations by user,
date, time, and transaction, maintain a list of prioritized work types
for each operator, and determine the next work task for the operator
based on warehouse priority. Supervisors shall be able to change
workers' job assignments in WMCS. The WMCS contractor shall supply all
necessary radio frequency equipment (RF base stations, handheld
portable terminals, and equipment-mounted terminals) and software for
automating the processes at all of SSA's Baltimore warehouses. SSA will
provide a Pentium computer at all remote locations to support
asynchronous communications between the main server and these
locations. SSA requires 12 portable RF terminals for picking to allow
pickers to review the screen while picking with both hands, 32 handheld
RF portable terminals for other warehouse functions, and 15
equipment-mounted RF devices. Data presentation on RF units shall be
clear and simple to use. The RF unit shall operate in the RF
manufacturer's native protocol and shall offer both narrow band and
spread spectrum radio technology and provide sub-second response. The
WMCS contractor shall provide 6 thermal barcode printers to be used by
receiving operations to print barcode labels for item identification
and storage. The WMCS contractor shall perform a complete wall-to-wall
inventory in each warehouse location and update their system with the
data collected. The WMCS contractor shall label each stored item with
a barcode label. The label will contain at a minimum SSA's Item
Control Number (ICN), and UI. SSA does not require every carton on
every pallet be labeled, however, items must be sufficiently labeled
(i.e.,labeled with pallet ID) to enable barcode scanning for every
warehouse function until the pallet is emptied. The contractor shall
develop training courses to "train the trainer" in both warehouse and
system operations. The courses shall highlight and explain fully all
modifications made to the existing system in the implementation of
WMCS. A formal course shall be held in a classroom environment at SSA
within 135 days of contract award. The offeror/contractor shall train
4 people in warehouse operations and an additional 4 people in system
operations (a totalof 8 people). The contractor shall modify and test
any changes needed to their existing WMCS system to meet SSA's
requirements stated in this specification. The contractor shall provide
onsite support during system startup to ensure SSA personnel are
comfortable with and understand all operations of WMCS. For a period of
four weeks after system implementation (160 days after contract award)
the contractor shall provide onsite at Central Office a person
competent to answer questions and resolve routine problems with the
system at Central Office, and another of similar qualifications at one
of the satellite locations. WMCS shall provide the capability for SSA
employees to generate orders and obtain order status information via
the Internet. WMCS shall comply with the American National Standards
Institute X.12 Electronic Data Interchange standard. WMCS shall provide
the following transaction sets: Advanced Shipment Notice (856 Document)
and Purchase Order (850 Document). The offeror shall provide three
references for its proposed product to demonstrate its ability to
handle the scope and scale of work identified in this solicitation.
References must pertain to automated systems for other large government
warehouses or large commercial warehouses comparable in size and
complexity to SSA's warehouse operations. References must include a
current contact name and telephone number. WMCS shall be Year 2000
compliant. WMCS shall track correctly dates past the year 2000 without
modification or special procedures. Schedule of Deliverables -- Phase
I: integration requirements preparation: 45 days after award; Phase
II: system (software and hardware) installation and configuration,
training: 135 days after contract award; Phase III: physical inventory,
labeling and data: 155 days after contract award; Phase IV: system
implementation: 160 days after award. The system transition will take
place over a weekend to minimize the impact of SSA supply operations.
Once WMCS has run successfully (without contractor changes) for two
weeks the old system will be shut down and WMCS will be live. The
following provisions at FAR 52.212-1 Instructions to Offerors --
Commercial, (tailored) apply to this acquisition: (b)1-11, (c), and
(g). There are no addenda to these provisions.The provisions at FAR
Part 52.212-2, Evaluation -- Commercial Items apply to this
acquisition. The Government will award a purchase order resulting from
this RFQ to the responsible offeror whose offer conforming to this RFQ
will be most advantageous to the Government, price and other factors
including past performance considered. A written notice of award or
acceptance of an offer, mailed or otherwise furnished to the successful
offeror within the time for acceptance specified in the offer, shall
result in a binding contract without further action by either party.
Before the offer's specified expiration date, the Government may accept
an offer, whether or not there are negotiations after its receipt.
Offerors are advised to include a copy of the provision at FAR Part
52.212-3, Offeror Representations and Certifications -- Commercial
Items,with their offer. The provisions at FAR Part 52.212-4, Contract
Terms and Conditions -- Commercial Items, apply to this acquisition.
There are no addenda to these provisions. The following provisions at
FAR Part 52.212-5, Contract Terms and Conditions Required to Implement
Statutes or Executive Orders -- Commercial Items (tailored), apply to
this acquisition: (a)(1),(a)(2),and (b)(1)-(3),(b)(5)-(11). (0191) Loren Data Corp. http://www.ld.com (SYN# 0374 19970714\70-0014.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|