Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 14,1997 PSA#1886

Social 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