Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2009 FBO #2813
SOURCES SOUGHT

D -- Enterprise Resource Planning Implementation

Notice Date
8/5/2009
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, US Army, Army Contracting Command, Joint Munitions and Lethality (JM&L) Contracting Center, US Army, Army Contracting Command, Joint Munitions and Lethality (JM&L) Contracting Center, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-09-X-0623
 
Response Due
8/14/2009
 
Archive Date
9/13/2009
 
Point of Contact
Gregory Rodriguez, Contract Specialist, (973)724-4876<br />
 
E-Mail Address
Gregory Rodriguez
(greg.rodriguez@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a market survey only. The Joint Munitions & Lethality ContractingCenter, CCJM-JA is seeking interested sources for Enterprise Resource Planning Implementation as described in this notice. The Weapons & Software Engineering Center (WSEC) provides managed services and products to include system, software, and acquisition support. WSEC is seeking contractor support to provide technical and business/project management services to the Center. A major challenge to Business Unit (BU) operation is relating organization capabilities to program needs. There are both technical and management challenges to performing at ever improving levels of excellence. Army initiatives are introducing a transformation of battlefield dynamics and require forward thinking in addressing program and project needs. The Business Unit manager must contend with the challenges of managing a large work force under dynamic change while technically performing to life cycle project managed requirements. This is intended to be an interactive effort between the contractor and the Center organizational designated point(s) of contact at Picatinny Arsenal, NJ. The IPTs purpose is to provide enhanced capabilities in accordance with the requirements established in the scope of work. The contractor shall have experienced network engineers and system engineers and IT technicians available to supplement existing technical staff on an as needed basis. The contractor shall have available personnel who are experienced with the ARDEC WSEC standards and with the PICA NAE domain configuration. As required, the contractor shall provide experienced support of PICANET resources, such as the Picatinny Data Network (PDN) resources and Directorate resources. The contractor shall provide expert knowledge and manpower to address the activities of the Center. The contractor shall have select personnel that posses a Secret Clearance and/or be eligible for immediate adjudication by the security authority upon award of this contract. The contractor shall have or be able to obtain a Top Secret Facility Clearance. The aforementioned experience and security clearances are the minimum requirements that must be met for consideration for this effort. A copy of the complete Statement of Work (SOW) may be requested from Mark Zator, Contract Specialist via e-mail; mark.zator@us.army.mil or Gregory J. Rodriguez, Contracting Officer greg.rodriguez@us.army.mil. Further consideration will be given to the qualifications and capabilities included in a firms submission who have met the minimum requirements. In addition to the minimum requirements, firms qualifications and capabilities in addressing the following requirements included in the scope of work shall be assessed. The contractor shall be capable of providing flexible, responsive, and high quality engineering and technical support relating to Requirements Definition, Integration and Planning.The contractor shall conduct studies and provide concept system definition and related documentation to support the study results; provide independent analyses, simulations, technological assessments; and perform other related tasks in systems definition, experiments, technology demonstration, system development, production and fielding; homeland defense/homeland security; and war fighter support. The contractor shall have a working knowledge of the DoD 5000.2 acquisition milestone review process and shall be knowledgeable of initiatives in the acquisition arena. The contractor shall support the Business Transformation and E-Systems (BTES) office in assuming the role to support the Army Center of Excellence (COE) for ERP. The contractor shall have the capability to provide senior technical leads for the integration of the COE and development of the competency skills in business systems utilizing SAP protocols for development of Army standardized systems. Computer Engineers are required to develop an organic government resource in this competency area. The position will utilize SAP knowledge to implement changes to configuration to support the current mission goals in the most efficient and cost effective manner possible. The skills needed are not limited to Project Management and SAP working knowledge to support the BTES office. This proposed requirement has an anticipated period of performance of twelve (12) months. Firms shall include in their submission evidence of the minimum requirements, as stated above, qualifications, and capabilities in their response. Interested sources shall submit responses by 14 August 2009 to: U.S. Army Contracting Command, Joint Munitions & Lethality Contracting Center, Picatinny, NJ 07806, and Attention: Mark Zator and Gregory J. Rodriguez, Bldg. 10, or submit the information electronically to mark.zator@us.army.mil or greg.rodriguez@us.army.mil. Information submitted should include the organization, personnel, and past experience to meet the minimum requirements stated above. Include company name, address, telephone number, technical point of contact, and brochure/literature. THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION. Please be advised that the Government will not pay for any information submitted under/in relation to this announcement. Electronic submittals are preferred.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAE30/W15QKN-09-X-0623/listing.html)
 
Record
SN01899740-W 20090807/090806000146-fb5f8abdd6220fdb05f023394e8580ba (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.