Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2004 FBO #0900
SOURCES SOUGHT

D -- Development, design, test and implementation of Military Postal System Address System Improvements

Notice Date
5/12/2004
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Defense Contracting Command-Washington(DCC-W), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W74V8H051104JDH
 
Response Due
5/28/2004
 
Archive Date
7/27/2004
 
Point of Contact
Jacquelyn D. Harris, 703 697-7964
 
E-Mail Address
Email your questions to Defense Contracting Command-Washington(DCC-W)
(Jacquelyn.Harris@hqda.army.mil)
 
Small Business Set-Aside
N/A
 
Description
RFI: The Defense Contracting Command Washington (DCCW) is interested in finding sources to provide services to improve military postal operations. This is a request for information, not a formal solicitation as part of our efforts to conduct market research. The draft SOW is included with this transmission for your review. The draft Statement of Work (SOW) covers the development, testing, and deployment of an accurate personal address database and transmit time tracking system for improvements to the Militar y Postal System. Any changes made to the system must be compatible with the United States Postal System (USPS) address systems, in coordination with the existing Military Postal Service Agency??????s system. Potential sources must develop a methodology f or inputting the military members address system or perhaps a system for each military member to input their own address system. The Government is looking for innovative approaches and ideas. Once the approach or methodology for acquiring the address of each overseas military personnel has been determined, the contractor will assist with the development and implementation of a standardized address system compatible with the USPS address system requirements and their address Management System (AMS) and Pos tal Automated Redirect System (PARS). In addition, the contractor will be required to improve on the current Military Origin Destination System (MODIS). MODIS is capable of capturing mail transit times from the USPS gateway to most servicing military pos t offices. In addition, the SOW may be obtained by email from: Jackie Harris, Contract Specialist, email Jacquelyn.Harris@hqda.army.mil, (703) 697-7964; or Gregory Young, Contracting Officer, (703) 614-2636; Youngge@hqda.army.mil ; OR from the DCCW webpage: http:// dccw.hqda.pentagon.mil, click on Services, click on Sources Sought. You are requested to submit your ideas, comments, and questions with respect to the SOW by close of business 28 May 04. Your submission should also include information about your firm??????s experience along with your ideas about how you would approach the tasks in the SOW and an estimate of the level of effort it might take to perform the services (cost or budge associated your approach) listed in the SOW. Your submission should be mailed to: Department of the Army Defense Contracting command-Washington (DCCW) Attn: Jacquelyn Harris 5200 Army Pentagon Room 1C243 Washington, DC 20310 It is anticipated that the solicitation will be issued within one to three months after revisions to the SOW and the requirement if further defined. The revisions to the SOW may include a wide variety of comments obtained from market research. Draft Statement of Work: Military Postal System Improvements 1. Background. 1.1. The Department of Defense has a moral obligation to ensure that every Service member and civilian assigned to duties and locations away from their home of record receives mail in a timely manner. DoD operates the Military Postal System overseas as an extension of the United States Postal Service under the authority of U.S.C. Title 39. 1.2. For this Statement of Work, improvements to Military Mail Installations will only be for overseas (OCONUS, Outside the Continental United States) installations with the following exceptions: Guam, Puerto Rico, and Kwajalein. The exceptions are operat ed by the MPS in conjunction with the USPS. 1.3. As an extension of the USPS, the Military Postal Service must follow all USPS regulations and procedures. This includes all Military Postal Financing, which covers the laws and regulations governing the collection and reporting of postage and special services. For the purposes of this Statement of Work, mail processing and delivery includes mail that is either going to or coming from overseas (OCONUS, with the exceptions listed in 1.1). Mail going from the US (CONUS, Continental United Sta tes) is processed by the USPS until it reaches one (1) of the three (3) major Military Gateways located in New York, San Francisco, or Miami. The gateways process and dispatch Military Mail via airline carries and/or surface carriers to designated Aerial Mail Terminals and Fleet Mail Terminals. These terminals are operated and supervised by Military Postal Personnel. From the terminals, Military Mail is processed and dispatched to the proper Military Installations for delivery. Military Mail going from overseas (OCONUS) to the US (CONUS) is sorted, bagged/trayed, and labeled for dispatch by the Military Mail Terminals for transport to the Military Gateways. Once the Military Mail has reached the gateways, processing and delivery is completed by the USPS . 1.4. Transportation and operational conditions greatly affect the delivery times of overseas (OCONUS) Military Mail. On average it takes 11-14 days for letter mail, and 12-18 days for parcels to be delivered overseas (OCONUS) from the US (CONUS). 1.5. Current military addresses do not conform to USPS addressing standards, which prevents the MPS from fully utilizing USPS automation for mail processing and redirecting of mail. USPS Domestic Mail Manual (DMM) provides guidance on the addressing of mi litary mail. MPSA manages zip codes (third line of address) for military addresses; however Major Commands (MACOMs) manage the second line of a three-line address. 1.6. At the present time there is no centralized database containing personal address information for customers of the MPS that can be integrated into the USPS National Change of Address (NCOA) system. MPS participation in the USPS NCOA system will provid e automated redirection of undeliverable as addressed (UAA) mail. This will also facilitate populating the USPS Address Management System (AMS), which allows the USPS to provide the MPS with a greater depth of sort for military mail at the International S ervice Centers (ISCs). 1.7. Contractor shall expand Military Origin Destination System (MODIS) capability to provide transit time information from the USPS gateway beyond the military post office to addressees and expand ability to capture data in a deployed, bare base environme nt. Currently, MODIS is capable of capturing mail transit times from the USPS gateway to most servicing military post offices. 1.8. Contractor will be familiar with MPS and USPS equipment and programming to be able to fully integrate any new systems. MPS networks include (but is not excluded to): Automated Military Postal System (AMPS) and Military Origin Destination System (MODIS ). USPS networks include (but is not excluded to): Address Management System (AMS), Blue Network, Change of Address (COA), National Change of Address (NCOA), Postal Automated Redirect System (PARS), and website (www.usps.com). 2. Scope. This Statement of Work is for development, testing, and deployment of a personal address database and transit time tracking system for improvements to the Military Postal System. 3. Requirements. 3.1. Analysis. 3.1.1. Contractor will provide quantified cost data in response to the RFI on personnel, equipment, and any additional requirements costs. A Rough Order of Magnitude (ROM) is acceptable for this requirement. 3.1.2. Contractor will schedule and coordinate an implementation meeting within seven (7) calendar days of contract award. The contractor shall develop an agenda for the meeting and ensure that all key contractor personnel are present to discuss the requi rements and execution plan. 3.1.3. Contractor will assist Services with the development and implementation of standardized addresses compatible with USPS addressing requirements and their Address Management System (AMS) and the Postal Automated Redirect System (PARS). 3.1.4. Contractor will meet all U.S. Postal Service requirements and restrictions. 3.1.5. Contractor will provide the Government with a comprehensive analysis of any space, equipment, office automation, telephone, and any miscellaneous requirements that the Government is expected to provide. 3.2. Tracking and Quality Assurance. 3.2.1. Contractor will provide quantified data detailing personnel, equipment, finances, and any additional requirements costs. 3.2.2. Contractor will submit a detailed Quality Assurance Plan necessary to develop and implement the methodology or approach in support of the requirements listed in this SOW. 3.3. Data Analysis and Data Services. 3.3.1. Contractor will develop and test an accurate personal address database compatible with USPS address systems, in coordination with the Military Postal Service Agency (MPSA) and the United States Postal System (USPS), to improve the delivery of mail t o Service members worldwide. 3.3.2. Contractor will provide all technical, analytical, programming, and database management expertise to develop a comprehensive accurate address database that meets USPS specifications for consolidation with their systems to facilitate the accurate and timely delivery of mail to customers. 3.3.3. Contractor will establish a data interchange with USPS facilities and overseas postal officials to ensure the accuracy of the address information and will ensure that USPS and all MPOs are updated on a daily or as needed basis. 3.3.4. Contractor will develop a DoD-wide database of personal addresses for all military personnel and authorized users of the military postal system for the purposes of mail processing and to automatically forward, to the correct address, all undeliverab le as addressed mail at the USPS gateway. Coordinate such database with USPS to ensure compliance with their National Change of Address program (NCOA). 3.3.5. Contractor will develop a change of address (COA) system that fully integrates with the USPS National Change of Address (NCOA) system, for military members to input change of address (COA) information, personally, as the general public does through www.usps.com. 3.3.6. Military Post Offices, located overseas, must be able to access the DoD-wide personal address database to provide mail directory services for inter-theater and CONUS origin change of address mail that will not be processed by USPS or is to be sent b ack through USPS. 3.3.7. Contractor will develop a system to improve on the current Military Origin Destination System (MODIS). MODIS currently is capable of capturing mail transit times from the USPS gateway to most servicing military post offices. Contractor will expand this capability to provide transit time information from the USPS gateway beyond the military post office to addressees and expand ability to capture data in a deployed, bare base environment. 4. Connectivity. Contract must resolve issues of connectivity between DoD and USPS networks for transmission of the information required. The USPS network is a Wide Area Network (WAN) using virtual private network (VPN). The USPS network is built and mai ntained by MCI, and consists of approximately 10,000 nodes. It is operated under a Class- A Internet license. The topology is Ethernet TCP/IP with CISCO Routers. There is a public and a private (intranet) side (blue network) to the USPS network. Unlike the military networks, attachment to the USPS network is authenticated via IP address. 5. Contractor will provide the Government with an After Action Report (AAR) that provides lessons learned, recommended changes to procedures, and subject matter expert opinions on business practices and any recommended changes to those business practices. Contractor will also provide to the Government all documentation of database structures, maintenance procedures and any operating manuals. 6. DoD will own all database structures and programming upon final acceptance of work. 7. Government Furnished Equipment/Facilities. 7.1. Government will provide sufficient space, power, and access to common office aut omation and telephone support where available. Government will not provide access to military IT networks or computers. 7.2. Work will be performed at USPS facilities, military postal facilities, and the contractor facilities. 8. RFI should include any proposed contract vehicles to perform the above work 9. Travel. 9.1. National travel may or may not be necessary, but is unknown at this time. 9.2. International/Overseas travel may or may not be necessary, but is unknown at this time 10. Period of Performance: date of award through 31 May 2005
 
Place of Performance
Address: Defense Contracting Command-Washington(DCC-W) ATTN: 5200 Army Pentagon, Room ID245 Washington DC
Zip Code: 20310-5200
Country: US
 
Record
SN00584699-W 20040514/040512212218 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.