Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2005 FBO #1154
SOLICITATION NOTICE

70 -- Build and deliver a new bi-directional interface between the SPS PD2 and the Army-Navy designated DMLSS sites to allow them to deploy the newest version of PD2 in a way that facilitates their end to end logistics and contracting process.

Notice Date
1/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
ACA, ITEC4, Directorate of Contracting , 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
S5108A-05-R-0001
 
Response Due
2/7/2005
 
Archive Date
4/8/2005
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Statement of Work Army-Navy Joint Defense Medical Logistics Support System Integration Support 22 December 2004 Section 1 - Scope This statement of work (SOW) is for software integration support for the Program Executive Office (PEO) Enterprise Information Systems (EIS) Standard Procurement System (SPS) Joint Program Management Office (JPMO). This support is for the creation of a Pro curement Desktop Defense (PD2) integration between the new joint Army-Navy Defense Medical Logistics Support System (DMLSS) and the SPS utilizing the JPMO's centralized Integrated Development Environment (IDE), currently hosted by Evolutionary Technologies , Inc (ETI). Section 2 - Background The SPS JPMO is in the process of acquiring and fielding a commercially based application to support the automation of contracting offices throughout the Department of Defense (DoD). In support of this mission, the JPMO utilizes modern technologies which i nclude assets to support a total network infrastructure, software applications, communications, security, data migration and data warehousing. The SPS Program includes use of an XML-based WebMethods PD2 Adapter to facilitate integrations with other systems. Additionally, the JPMO uses the ETI Solution(r) Version 5 tool along with WebMethods as part of a standard process for rapidly developing an d documenting integration efforts. Section 3 - Objectives The objective of the SOW is to build a new bi-directional interface between the SPS and the Army-Navy designated DMLSS sites to allow them to deploy the newest version of PD2 in a way that facilitates their end to end logistics and contracting process. Met adata relating to the new integration will be captured in the Government's ETI Solution(r) metastore repository. Integration code will be developed using the ETI Solution(r) code generator and incorporated in the PD2 Adapter/WebMethods environment. Respondents shall demonstrate that they possess the following capabilities: * Ability to effectively and efficiently use the ETI Solution(r) Version 5 toolset. * webMethods 6.x development expertise and ability to integrate ETI Solution(r) generated code into a webMethods environment. * Ability to host the ETI Solution(r) metastore and development environment in support of this project. * Ability to utilize the Evolutionary Technologies methodology for data integration management. * Understanding of the Standard Procurement System and PD2 Adapter business rules and DoD contracting in general. Respondents that do not directly address the above items in their proposal will be disqualified. Section 4 - Tasks The contractor shall accomplish the following tasks: Task 1 - Develop the joint Army-Navy integration of PD2 and DMLSS. * The contractor will participate in discussions with Army-Navy PD2 and DMLSS subject matter experts (SMEs) as required to understand and document the business requirements of the integration. The integration will include: * Inbound DMLSS Purchase Request to PD2 * Outbound PD2 Award information to specific DMLSS sites * The contractor will develop a joint Army-Navy PD2-DMLSS translator using the PD2 Adapter, version 2.1b or 2.2 (depending on availability), related PD2 Document Type Definitions and appropriate ETI Solution(r) tools. * The contractor will support testing of the integration code at the Government Test Facility as well as Government test site identified to include any required performance testing as well as testing with other integrations hosted in the PD2 Adapter / WebM ethods environment to ensure the developed code does not conflict with other JPMO supp orted integrations. * The contractor will provide all code and documentation generated by the ETI tool as a result of this development effort. * The contractor will provide all functional and technical documentation required to sufficiently document the integration's business process as well as all installation and configuration issues for the PD2 Adapter and/or WebMethods environment. Successful execution of these tasks will be demonstrated by the contractor's ability to transform the files received from DMLSS sites into the format required by the PD2 Adapter, and those produced by the PD2 Adapter into the specified file format required by the Army-Navy DMLSS sites. Success will be demonstrated by system testing conducted by the JPMO Government Test Facility (GTF) in conjunction with Army-Navy DMLSS representatives. Section 5 - Contract Deliverables All deliverables related to this effort will be provided to the SPS JPMO PCO. The deliverables will include: Project Plan outlining tasks, resources, and schedule to complete DUE 5 - Days After Contract Award Functional requirements document describing the CONOPS for the PD2 - DMLSS Integration (including Final ETI Solution(r) Conversion Report) DRAFT DUE - 15 days After Contract Award FINAL DUE - Upon Final Delivery All test artifacts (i.e., test scripts, sample files and production files). DUE - Prior to Government SAT Technical Installation/Configuration Documentation DUE - Upon Final Delivery All Code / Code Documentation / Copy of Final ETI Solution(r) Metastore DUE - Upon Final Delivery All reports will be delivered in Microsoft Office products and format. Each deliverable will be determined acceptable or unacceptable to the government within ten calendar days of receipt. Section 6 - Government Furnished Facilities and Services The contractor may be required to attend meetings in government facilities. The government will provide access to DoD functional and technical experts as well as additional contractor resources for integration support as required. Documentation and reports relating to specific tasks in the SOW will be provided by the Contracting Officer's Representative (COR), Amy Taylor (703-460-1081) when and as required. Section 7 - Period of Performance The period of performance for this delivery order is 45 days from initiation of the contract. Section 8 - Place of Performance The work to be performed under this order will be conducted primarily in local government facilities. Work may also be performed at the contractor's facility or at other facilities, as designated and approved by the COR. Access to government facilities req uired for completion of the above tasks will be coordinated by the SPS JPMO. Section 9 - Security Requirements Work under this order will be unclassified. Contract personnel visiting any government facility in conjunction with this order shall be subject to the Standards of Conduct applicable to government employees. Site specific approval regarding access, issue o f badges, etc, will be coordinated, as required.
 
Place of Performance
Address: SPS JPMO 4114 Legato Rd. Fairfax VA
Zip Code: 22033
Country: US
 
Record
SN00738277-W 20050123/050121212200 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.