|
COMMERCE BUSINESS DAILY ISSUE OF JULY 15,1997 PSA#1887Social 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
072997 POC Andrew Klimas Tel: (410) 965-9493 This corrects CBD
announcement dated 7/10/97. 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
(average 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 29, 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 withtwo
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
contractor shall provide 6 thermal barcode printers to be used by
receiving operations to print barcode labels for item identification
and storage. The contractor shall perform a complete wall-to-wall
inventory in each warehouse location (26,000 pallet locations and 4,300
pick locations) and update WMCS with the data collected. The 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
contractor shall train 4 people in warehouse operations and an
additional 4 people in system operations (a total of 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). (0192) Loren Data Corp. http://www.ld.com (SYN# 0391 19970715\70-0009.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|