Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2007 FBO #2110
SOURCES SOUGHT

70 -- Request for Information (RFI) for DeCA Transportation Management System (TMS) Implement TMS for DeCA Europe Region

Notice Date
9/4/2007
 
Notice Type
Sources Sought
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, DITCO-Scott, 2300 East Dr. Building 3600, Scott AFB, IL, 62225-5406, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-DeCATMS
 
Response Due
9/19/2007
 
Archive Date
11/19/2007
 
Description
DeCA is currently using Traffic Management Information System (TRAMIS) to manage the transportation of grocery and office supplies from two Distribution Centers located in Germany to about 60 commissaries located in Germany, UK, Italy, Spain, Turkey, Egypt and Saudi Arabia. The TRAMIS software has reached the end of product lifecycle and DeCA is looking to replace it with a more robust and feature rich TMS solution that incorporates a Service Oriented Architecture. The TMS will include automated interfaces to Warehouse Management System (WMS) and PowerTrack (bill payment system). This software acquisition is in support of a DeCA mission essential system. The TMS will interface with WMS and an external financial system to improve the overall efficiency of the movement of goods from the distribution centers to the commissaries and process payments for services rendered. The TMS system to be implemented will conform to open standards and operate within a Service Oriented architecture. This will allow the system to be extended to other DeCA operating regions with different business operating procedures. DeCA will also be reviewing vendor proposals that offer TMS Software as a Service (SaaS) provided they meet all functional, technical and Information Assurance (IA) requirements and provide a better Return on Investment (ROI) than conventional software purchase and deploy option. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR OTHERWISE PAY FOR INFORMATION RECEIVED IN RESPONSE TO THE RFI. This RFI is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked Proprietary will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to the RFI will not be returned. Whatever information is provided in response to this RFI will be used to access tradeoffs and alternatives available for determining how to proceed in the acquisition process. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. This RFI is issued for the purpose of seeking sources capable of meeting the requirements outlined in the attached Draft Statement of Work. Firms responding to the RFI should include a Rough Order of Magnitude (ROM) price range estimate and a schedule for delivery. State any work experience with integration of their TMS solution with the Manhattan Warehouse Management System (WMS) product. Responses should also include the (1) business name and address; (2) name of company representative and their business title; (3) contract vehicles available that would be available to the Government for the procurement of the product and service, to include General Service Administration (GSA) Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. The anticipated North American Industry Classification System Code (NAICS) for this requirement is 423430, and the size standard is $42M. Additional information on DeCA can be obtained from the "About Us", "Business with DeCA" link at http://www.commissaries.com/ to include current store locations, operating hours, and other relevant data. Return your responses to maryann.hall@disa.mil no later than September 19, 2007, 4:00p.m. CST. All responses must be submitted electronically.
 
Place of Performance
Address: As Stated in the Statement of Work
Zip Code: 62225
Country: UNITED STATES
 
Record
SN01393690-W 20070906/070904220037 (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.