Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2010 FBO #3199
SOURCES SOUGHT

D -- Enterprise Contract for NRC’s Acquisition System - Sources Sought Notice in Adobe PDF

Notice Date
8/26/2010
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
NRC_FAIMIS
 
Archive Date
9/25/2010
 
Point of Contact
Dominique Malone, Phone: (301)492-3613, Joseph Widdup, Phone: (301)492-3612
 
E-Mail Address
Dominique.Malone@nrc.gov, Joseph.Widdup@nrc.gov
(Dominique.Malone@nrc.gov, Joseph.Widdup@nrc.gov)
 
Small Business Set-Aside
N/A
 
Description
Source Sought Notice in Adobe PDF Enterprise Contract for NRC's Acquisition System This is a sources sought notice. The U.S. Nuclear Regulatory Commission (NRC) is conducting market research to determine the availability of responsible commercial entities that are authorized by CGI Technologies and Solutions Inc. (CGI) to provide the NRC with the Momentum software and to assess its capabilities. This is not an invitation for bid, request for quote or other solicitation and in no way obligates the Government to award a contract. CGI-approved business partners/resellers are highly encouraged to apply. The NAICS Code is 511210 with a small business size standard of $25 million dollars. The NRC is looking to implement a commercial off the shelf (COTS) product, CGI's Momentum® (hereafter "Momentum," for its Core Financial System (CFS)). NRC's implementation of Momentum® will enable the NRC to replace multiple legacy stand-alone financial systems, including the legacy core financial system, the Federal Financial System (FFS) which is no longer compliant with Federal standards for financial systems. Currently, system functionality for the core includes: (1) budget execution, (2) license fee billing, (3) accounts payable and accounts receivable, (4) document management and storage and (5) electronic record-keeping. NRC's "go-live" date for the CFS is October 2010. NRC intends to implement the Momentum® Acquisition Module to replace its legacy Acquisition system, Distributed Solutions, Inc.'s Automated Acquisition Management System (AAMS) 7. NRC plans to implement Momentum's acquisitions module in order to increase efficiency and streamline business processes. The Momentum Acquisitions module is a subset to the Momentum CFS. NRC intends to create and store procurement documentation on Commercial Contracts, Grants, Purchase Orders, Inter-Agency Agreements (IAAs), and U.S. Department of Energy (DOE) Laboratory Agreements using Momentum Acquisitions module. The system shall successfully interface with Central Contractor Registration (CCR), Federal Procurement Data System - Next Generation (FPDS-NG) and other external systems. The system shall also allow for, but not be limited to, the following functionality: • Electronic approvals • Electronic routing • Task distribution and management • Creating and processing solicitations • Creating and processing awards (Contracts, IAAs, DOE Lab agreements, Task Orders/Delivery Orders) at the itemized accounting and commodity line level • Contract closeouts • Rendering of applicable clauses (based on contract type and other criteria The purpose of this notice is to provide potential sources the opportunity to submit information regarding their capabilities for the NRC to consider so that NRC can make an informed decision regarding the acquisition strategy for the future procurement of the Momentum Acquisition module, to include configuration, implementation and hosting. In addition to hosting the acquisition module, hosting may also include the core financial system. Companies shall indicate if license renewals and, potentially, procurement of new NRC software licenses are also included. If your organization has the potential capacity to perform CGI authorized reseller/business partner support services for both (a) CGI Momentum software and (b) CGI Momentum software license renewals, your company is invited to submit a response to this notice by responding to the questions below. Submission of additional materials is discouraged. Additionally, since NRC cannot anticipate all of its future needs; NCR may identify a need for CGI software modules and functionality not reflected in this document. Questions for Respondents Please respond in writing to the questions below. 1. What size business is your company with respect to NAICS code 511210 (i.e. small or other than small)? If your company is a small business, what type of small business (i.e. small disadvantaged, woman, veteran, service-disabled veteran, 8(a), and HUBZone)? 2. Do you have experience implementing the Momentum Acquisition module commercially or for any Federal Government agencies? If yes, did you serve as the integrator on these implementation(s)? Please list the agencies or companies. If your company has an enterprise contract with any other companies or government agencies, please indicate and describe those contracts. How they are structured? (Contract type, FTEs, Contract Value, etc.). 3. What is your company's experience managing interfaces to Momentum software? 4. What experience, if any, does your company have configuring the Momentum Acquisitions module for Commercial Contracts, Grants, Purchase Orders, Inter-Agency Agreements (IAAs), and U.S. Department of Energy (DOE) Laboratory Agreements? 5. What experience does your company have with configuration change management? Please describe your experience(s). 6. Has your company developed training materials and conducted training courses in conjunction with the implementation of a new enterprise-wide acquisition system? If yes, please explain the training plan, schedule and materials. 7. Does your company have experience with operating a helpdesk in support of a system implementation? If yes, please explain in detail to include issue tracking. 8. Has your company developed clause logic for federal Agency-specific clauses that are used in the configuration of an acquisition system? If yes, what overall method was used? 9. Is your company a CGI-approved business partner/reseller for Momentum® software? 10. Which GSA Federal Supply Schedule (FSS), NASA SEWP Contract and/or Government wide Acquisition Contract(s) (GWAC), in your company's own name, does your company have that currently include CGI Momentum®? What are the contract number(s)? Do those contract(s) also include services that could be used for implementation, training and hosting of Momentum and possibly for hosting of NRC's Momentum-based CFS? If so, provide details. 11. Does your company have experience with hosting systems? If yes, please explain what level of experience, including types of servers, type of program(s), facilities and security plans used for hosting. 12. Does your company have experience with Technology Management? (i.e., a set of management disciplines that allows your organization to manage its technology fundamentals using typical concepts used in technology strategies.) If yes, what projects do you currently have in your technology project portfolio? If yes, please explain the management strategy employed during those experiences as well as key deliverables. 13. Indicate how your company could provide the lowest pricing for CGI Momentum Acquisitions module software licenses (open market, GSA FSS, or on a GWAC contract). All responses to this notice should only include responses to the questions presented in this notice. Responses that do not directly address the questions in this notice will not be considered by NRC in developing its acquisition strategy. Responses to this notice shall be submitted to dominique.malone@nrc.gov, with a courtesy copy sent to joseph.widdup@nrc.gov, no later than the closing date for this notice. A copy of this notice is also attached in Adobe PDF.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/NRC_FAIMIS/listing.html)
 
Place of Performance
Address: NRC Headquarters, Rockville, Maryland, 20555-0001, United States
Zip Code: 20555-0001
 
Record
SN02256549-W 20100828/100827000314-60f3e68ae12d095cfb7f1e41c50a3daa (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  © 1994-2020, Loren Data Corp.