Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2006 FBO #1580
SOURCES SOUGHT

R -- Professional Services

Notice Date
3/23/2006
 
Notice Type
Sources Sought
 
Contracting Office
TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
ZIP Code
61299-7630
 
Solicitation Number
W52H09-EJ-1001
 
Response Due
3/31/2006
 
Archive Date
5/30/2006
 
Small Business Set-Aside
N/A
 
Description
THIS REQUEST IS FOR INFORMATION PURPOSES ONLY. ALL POTENTIAL VENDORS ARE REQUESTED TO SUBMIT THEIR CAPABILITIES AND EXPERIENCE AS OUTLINE BELOW. ALL INFORMATION MUST BE RECEIVED BY CLOSE OF BUSINESS ON MARCH 31, 2006 AND SHOULD BE SENT TO ELVIA JAG GERS,TACOM-RI, ROCK ISLAND, ILLINOIS, TELEPHONE NUMBER 309 782-3271, EMAIL ADDRESS: ELVIA.JAGGERS@US.ARMY.MIL. OMNIBUS STATEMENT OF OBJECTIVES 1.0 INTRODUCTION The purpose of this statement of objectives is to set forth the support requirements for the U.S. Army Field Support Command (AFSC) and the Field Support Command (FSC) and its customers herein referred to as the Army. 2.0 SCOPES LOGISTICS SUPPORT: The contractor shall provide functional and technical expertise required to perform the following objectives to ensure the Commands, and its business units, are ready when the Logistics Modernization Program (LMP) deploys " Validate site readiness; " Build, promote, and continuously improve client-team relationships; " Conduct transformation and information sharing activities; " Manage expectations and assist the stakeholder in the U.S. Army Materiel Command (AMC) and the U.S. Army Field Support (AFSC) & Joint Munitions Commands (JMC) in preparing for the implementing the LMP modernized solution. " Assist the AFSC/JMC LMP Business Integration Manager in all phases of deployment managers. The contractor shall also provide Ammunition Subject Matter Experts for the AFSC/JMC in Support of the Single Army Logistics Enterprise (SALE)  Consisting of the Logistics Modernization Program (LMP), Product Lifecycle Management (PLM+), the Global Combat Support System  Army/Tactical (GCSS-A/T), and the Installation Fixed Base Management. Provide support services to the AFSC/JMC to modernize our systems with an Enterprise Resource Planning (ERP) commercial off the shelf (COTS) package for the Government . Support the current legacy systems, data cleansing while becoming proficient in ERP Software and associated Business Processes and Business Process Reengineering. The contractor shall support the AFSC/JMC by providing munitions management subject mater expertise, ERP expertise, documentation and engineering services, which will elevate the AFSC/JMC standards in accordance with the Revolution in Military Logistics (2010), the Army After Next (AAN) 2015 and beyond and the Single Army Logistics Enterprise (SALE) by incorporating our business processes into an ERP COTS package. RESOURCE MANAGEMENT SUPPORT: The contractor shall perform, conduct research efforts, ensure regulatory compliance, and provide recommendations in support of the Human Resource (HR) program management. Representative tasks include: " Review/process/prepare/track various honorary awards, annual performance appraisals, and security clearances. " Data collection/analysis/recommendation/development/ delivery for various training programs, resource management, and human capital management initiatives. ADMINISTRATIVE SUPPORT: The contractor shall provide high-level administrative support by conducting research, preparing statistical reports, handling information requests, and performing clerical functions such as preparing correspondence, maintain calendar, develop power point charts, receiving visitors, arranging conference calls, and scheduling meetings. May also train and supervise lower-level clerical staff. CONFERENCE SUPPORT: The contractor shall provide planning, preparation, and input for conferences, briefings, meetings, working groups, and teams. Support shall include conference facilitation, creation and delivery of graphics, briefing material, and tracking of action item s and associated documentation. The contractor shall support demonstrations and displays to include planning, set-up, monitoring and disassembly of demonstration/display material. INFORMATION TECHNOLOGY SUPPORT: The contractor shall provide informational technology, tr aining, technical analytic, and industrial engineering support for the Army Workload and Performance System (AWPS) program to prospective headquarters and installation clients of the Department of Army (DA), the Army Material Command (AMC), associated AMC Major Subordinate Commands (MSC), five Maintenance Depots, and nine Ammunition installations and the AMC manufacturing sites. Expert IT support on AWPS Base Operations (BASOPS), Maintenance, Ammunition, Operational Project Stock (OPSTOCK), and AWPS WEB ap plications to installation end-users of the AWPS and its associated functional modules is required. LOGISTICS SUPPORT: The contractor shall provide support services to modernize Government logistics legacy systems with an Enterprise Resource Planning (ERP) commercial off the shelf (COTS) package utilizing SAP R-3 as developed through LMP to meet business requirements. Su pport services include, but not limited to the necessary support for the development and integration of required business process legacy systems into the Single Army Logistics Enterprise (SALE), consisting of the Logistics Modernization Program (LMP), Prod uct Lifecycle Management (PLM+), and Global Combat Support System  Army/Tactical (GCSS-A/T). Support services will be performed to identify and validate Government data to ensure that it is cleansed and mapped prior to migrating to LMP. Also provide sus tainment support to SDS to include programming efforts. AUTOMATED INFORMATION SYSTEMS (AIS): Provide for Automated Information Systems (AIS) support services for the daily operations and maintenance of the Wordwide Ammunition Reporting System (WARS) and Unique Item Tracking (UIT). The contractor shall include daily reviews and quality assurance verification of various errors; resolve missing category I (CAT I) serial numbers; input data to clear up missing or rejected CAT I serial numbers; contact and assist customers with resolutions with duplication CAT I serial numbers and other problems; note unusual or erroneous variations; and formulate corrective actions to resolve problems encountered, by either the contractor, customers or the Government. The contractor shall also analyze, review, and identify WARS and CAT I reporting problems (IM PC and IM Mainframe). FINANCIAL MANAGEMENT SUPPORT: The contractor shall provide analysis, assessments, and recommendations relating to financial management activities of the Pricing, Budget, and Execution (PBE) Systems Support and Maintenance. The PBE is inclusive of the following: The Conventional Ammu nition Plan (CAP) integrates the Services independently developed ammunition procurement plans with production base capabilities. It compiles and assesses relevant data and generates a formal Integrated Conventional Ammunition Procurement Plan (ICAPP) rep ort covering the DoD eight-year period. It also generates ammunition component breakout and planning factors. This system accumulates and stratifies ammunition budgetary data and produces budget documentation. It also provides the status of industrial s tocks, conducts facility workload analyses, generates production plans, monitors component production, and provides a central repository for data on planned industrial based products. Also included are the Conventional Ammunition Internet Ordering System (CAIOS/MIPR), 710 (AFSC/JMC Internal MIPR Processing System), PWP, Form 45/38 and Cost to Complete (CTC) Subsystems, along with unique output products of various complexities. TECHNICAL SUPPORT: The contractor shall provide analysis, support, testing and maintenance of the Conventional Ammunition Plan (CAP)/Integrated Conventional Ammunition Procurement Plan (ICAPP). The Conventional Ammunition Plan (CAP) integrates the Services independently de veloped ammunition procurement plans with production base capabilities. It compiles and assesses relevant data and generates a formal Integrated Conventional Ammunition Procurement Plan (ICAPP) report covering the DoD eight-year period. It also generates ammunition component breakout and planning factors. This system accumulates and stratifies ammunition budgetary data and produces budget documentation. It also provides the status of industrial stocks, conducts facility workload analyses, generates production plans, monitors component production, and provides a central repository for data on planned industrial based products. SOFTWARE SUPPORT AND SERVICES: The contractor shall provide database planning and design, systems analysis and design, network services, programming, conversion services, conversion and implementation support, network services project management, data/records management, and other serv ices in support of ammunition systems, applications, databases and websites. The programs to be supported include the Planning, Budget and Execution (PBE) system, Ammunition Demand Automated Process (ADAP), Worldwide Ammunition Reporting System (WARS), and Standard Army Ammunition System-Modernized (SAAS-Mod). The contractor shall also provide Electronic Linking System (ELS)/Conventional Ammunition Internet Ordering System (CAIOS) Support and Maintenance. Contractor shall support and maintain the Electronic Linking System (ELS), inclusive of the Conventional A mmunition Internet Ordering System (CAIOS/eMIPR), 710 (OSC Internal MIPR Processing System), Form 45/38 and Cost to Complete (CTC) Subsystems. EQUIPMENT MANAGEMENT SUPPORT: The contractor shall provide analysis, support, testing and maintenance of the Ammunition Peculiar Equipment Management System (APEMS). The APEMS is inclusive of the following: APEMAN, APMIS, APENTRY, JMCENTRY, APECAT, and APEDTS. This system is a com posite of the APE management of funding and projects. This system accumulates and stratifies Ammunition Peculiar Equipment budgetary data and produces budget documentation. It also provides the status of APE inventory, generates production plans, monito rs APE production, and provides a central repository for data on APE projects. These programs currently exist with the exception of APEDTS. The source code has been obtained for the existing programs that were written in FoxPro. The backend database for the programs exits in an Oracle Database on JMC computers. APENTRY front-ends are installed on computers at DAC and TEAD. JMCENTRY is similar to APENTRY. With the exception of APENTRY, all of the programs exist on the workstations of the APE Team locate d in JMC at Rock Island. APECAT is written in Active Server Pages (ASP) and resides on computers at JMC, Rock Island. APEDTS is an enhancement desired for the centralized management of the drawings for Ammunition Peculiar Equipment (APE). Within the A PEDTS module, it is desired to have the capability to transfer and view newly developed Computer Aided Drafting Models and Digitized drawings. AMMUNITION DEMAND AUTOMATED PROCESS (ADAP) SYSTEM AND COMMODITY COMMAND SUPPORT SYSTEM (CCSS) SUPPORT: Contractor will be responsible for programming, maintaining, sustaining the ADAP System with support to various sectors/ Segments of the CCSS within the JMC. Support services to ADAP/CCSS to include all analyst and programming efforts. The contractor shall support JMC by providing documentation, engineering and technical services which will enable the writing/changing of p rograms to sustain ADAP/CCSS until it is subsumed by LMP. HISTORIAN SUPPORT: The contractor shall research, synthesize, analyze, and write historical studies of current and past operations. MATERIAL MANAGEMENT AND DISTRIBUTION CENTER SUPPORT: Support Operations of a Distribution Management Center for Army Sustainment Command (ASC)  The contractor shall provide service support for exploratory study, component level research and development, engineering and interactive simulations, technology de monstrations, materiel science investigations, modeling of physical phe nomena and systems, proof-of-principle, prototyping, high performance computational analyses, advanced prototype development, and other technical support for Night Vision, Electro-Optic, Display, Smart Focal Plane Array, Laser, Special Purpose Sensors, Phy sical Security, Ground/Air/Soldier Sensor, Protection Suite, Combat Identification, Mine Detection, Mine Neutralization, Demining, Camouflage and Deception, Automatic Target Recognition Algorithm Development, Image Compression, Unmanned Air Sensor, Unmanne d Ground Sensor, Survivability, and other Electronic Sensor systems and subsystems. Serving as the CONUS Theater Sustainment Command and execute its material management and distribution mission. Services include establishment and initial operation of a distribution management center, equipment distribution and redistribution, readiness r eporting, research and analysis, Class IX redistribution, in transit visibility of Class VII and Class IX, systems operations and management to include CTASC operations and data inquiries. OPERATIONS SUPPORT: The services to be provided by the Contractor includes support for exploratory study, component level research and development, engineering and interactive simulations, technology demonstrations, material science investigations, modeling of physical phenom ena and systems, proof-of-principle, prototyping, high performance computational analyses, advanced prototype development, and other technical support for Night Vision, Electro Optic, Display, Smart Focal Plane Array, Laser, Special Purpose Sensors, Physic al Security, Ground/Air/Soldier Sensor, Protection Suite, Combat Identification, Mine Detection, Mine Neutralization, Demining, Camouflage and Deception, Automatic Target Recognition Algorithm Development, Image Compression, Unmanned Air Sensor, Unmanned G round Sensor, Survivability, and other Electronic Sensor systems and subsystems. The services to be provided by the Contractor, will require personnel with scientific, engineering, analytical, physical science, high performance computing, and other specialized technical skills (including academia); the ability to fabricate hardware and software prototypes; the ability to demonstrate new concepts; the expertise to perform computer modeling experiments; and the capability for supporting diverse laboratory and field testing. The technology areas which the Contractor will support include, b ut may not be limited to, the following: a. Thermal Imaging b. Image and Signal Processing and Image Compression c. Optics and Image Intensification d. Survivability Equipment (Protection Suites) e. Combat Identification (Anti Fratricide) f. Performance Modeling/Analysis g. Lasers h. Electro-Optic Measurement and Signature Intelligence i. Acoustics j. Nuclear Radiation Sensors k. Explosive, Mechanical and Electronic Neutralization of Mines l. Mine Detection m. Countersurveillance n. Low Cost/Low Observables o. Physical Security Equipment p. Aided/Automatic Target Recognition q. Sensor Fusion r. Countermeasures s. Displays t. Unmanned air/ground sensors u. Simulation v. Modeling w. Perception FORCE PROTECTION SUPPORT: The service to be provided by the contractor is law enforcement and criminal intelligence support. The contractor will gather data and information; provide advice, opinions, recommendations, or ideas; develop threat profiles. Services will require analyt ical, computer, and other technical skills; the ability and expertise to analyze, review and demonstrate basic, complex and new security concepts; the ability to work well within a military structure; and the capability for supporting security functions. BUSINESS MANAGEMENT SUPPORT: Provide analyses, facilitation, expert advice and assessment relating to business management initiatives. FINANCIAL MANAGEMENT SUPPORT: Provide analyses, assessments, and recommendations relating to financial management activities. COST ESTIMATING/ANALYSIS SUPPORT: Provide input and recommendations for cost estimating and/or budget activities inclusive of all program life cycle phases, IAW applicable DoD directives, Army regulations, and policies. OPERATIONS RESEARCH AND SAYSTEMS ANALYSIS SUPPORT: Provide operations research and systems analyses. SYSTEMS SUPPORT: Provide system support functions (DTS help desk, answer emails and phone calls, assist establishing Lines of Accounting, maintenance of local DTS web site). RAD WASTE E BUSINESS INITIATIVE KNOWN AS WASTE MANAGEMENT INFORMATION SYSTEM (WMIS) SUPPORT: The contractor shall: a. Track low level radioactive and mixed wastes from the point of generation to ultimate disposal/recycling for all projects managed by HQ, AFSC. WMIS will cover scanning and input of data. Also provide limited maintenance on the WMIS database and in corporate serial numbers into the WMIS database design and report generation. b. Maintain sight plan reviews and tracking and compares installation submissions to requirements in DA Pam 385-64. Documents results using AMSFS-SF methodology. When needed, prepares correspondence to obtain needed information for signature. Requir es knowledge of DA Pam 385-64 and OSHA standards. c. Conduct administrative duties to include scanning of existing paper files into digital format. Creates paper files correctly labeling file folders and inserting relevant papers to subject folder. Contractor must have an understanding of the Army f iling system. d. Safety Awareness: Prepare educational and promotional materials needed implement various safety Campaigns or themes. Must be capable of searching the internet for basic content. Must be capable of creating educational and promotional material a ppropriate to a target audience from basic content. e. Interim Hazard Classification (IHC) Assistance: Performs technical data search and data collation in support of Army issuances of IHCs. Must be able to read engineering drawings and extract pertinent data. Must be able to search multiple database s such as MIDAS and JHCS to find and extract needed data. Must also be familiar with 49CFR requirements for Class I (explosive) materials. Must be able to assemble data into an IHC package sufficient to permit Army approval. f. Inspections: Performs compliance based worksite inspections at subordinate locations to determine compliance with NRC, OSHA and Army safety and occupational health standards. Prepares report of findings and references. Requires knowledge of safet y and occupational health standards, ability to suggest changes to affect compliance and ability to work in hazardous environments (radiation, chemicals, explosives, industrial operations). MUNITIONS READINESS REPORTING (MRR): Contractor shall provide the services for a munitions readiness reporting system function. Effort calls for the ongoing development of algorithms, screens and functions dedicated to an assessment of munitions readiness. System data feed, update, and repo rting functions are also required to result in a monthly munitions readiness report. The task includes both system development, and system operations and maintenance. Analysis and coordination efforts will be required. In addition, technical support com posed of system programming, system analysis, and systems maintenance and operations. OPERATIONS AND MAINTENANCE FOR THE INDUSTRIAL BASE ASSESSMENT TOOL: The contractor shall provide all functions associated with ongoing operations and maintenance for the Industrial Base Assessment Tool (IBAT). Include regular and periodic testing of IBAT to ensure the application is functioning appropriately in the produc tion environment. Tasks include ongoing maintenance fixes, testing and modifying IBAT, performance tuning, etc. IBAT will be modified as source database designs change. ARMAMENT RETOOLS AND MANUFACTURING SUPPORT (ARMS): The contractor shall provide technical analysis and program support for the PEO Ammo Industrial Base Office and ARMS Program. TECHNICAL ANALYSIS AND PROGRAM SUPPORT FOR THE PEO AMMUNITION INDUSTRIAL BASE AND THE AFSC TRANSFORMATION OFFICE: The contractor shall provide technical analysis and program support for activities managed by PEO, Ammunition, AFSC, and JMC (Financial Management and Planning/Technical and Industrial Base Support). 3.0 DATA REQUIREMENTS The contractor shall prepare the following data as specified in individual task orders: Data Item No. Title 4.0 SECURITY REQUIREMENTS The contractor shall, in the performance of individual task orders or Technical Instructions (TIs), be required to provide security certified personnel and facilities. The contractor and subcontractors will provide functional support services using intel ligence information, foreign intelligence information, Sensitive Compartmented Information, Special Assess Program information and be responsible for appropriate conduct involving Operational Security (OPSEC) and For Official Use Only (FOUO) information. General guidance is provided in each BPA. Specific requirements above and beyond the basic DD254 will be provided on a case-by-case basis.
 
Place of Performance
Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
Zip Code: 61299-7630
Country: US
 
Record
SN01013532-W 20060325/060323212511 (fbodaily.com)
 
Source
FedBizOpps 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.