Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2010 FBO #3214
SPECIAL NOTICE

R -- Security Cooperation Enterprise Solution (SCES) Enterprise Resource Planning (ERP) System Developer Services - DRAFT PWS ERP

Notice Date
9/10/2010
 
Notice Type
Special Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Other Defense Agencies, Business Transformation Agency, Business & Management Division (BTA-BMD), 241 18th Street, Suite 100, Arlington, Virginia, 22202, United States
 
ZIP Code
22202
 
Solicitation Number
HQ0566BTARFIforSCESIVV
 
Archive Date
10/9/2010
 
Point of Contact
David Blocker, Phone: 703-607-3927
 
E-Mail Address
david.blocker@bta.mil
(david.blocker@bta.mil)
 
Small Business Set-Aside
N/A
 
Description
Security Cooperation Enterprise Solution (SCES) Enterprise Resource Planning (ERP) System Developer Services REQUEST FOR INFORMATION (RFI) A. Purpose: The Security Cooperation Enterprise Solution (SCES) program office invites interested service providers who possess the experience, resources and capabilities to provide Independent Validation and verification (IV&V) Services to respond to this RFI with the requested identifying information. The purpose of this RFI is to identify a list of potential candidate vendors capable of providing the IV&V services for development efforts for the ERP Development and Data Solution task orders that will be awarded by the Government for the SCES Program Increment 1. Creating this partial list of candidate service providers will allow the government to finalize acquisition planning and will support the release of a formal solicitation through appropriate channels, if/when the decision to continue is made. B. Background: The Defense Security Cooperation Agency (DSCA) is a Department of Defense (DoD) agency reporting to the Under Secretary of Defense for Policy and has responsibility for directing, administering and providing policy guidance for the execution of security cooperation programs. One type of security cooperation program, Foreign Military Sales (FMS) involves the transfer of defense articles and services and is an integral and growing component of U.S. national security and foreign policy. The SCES will be DSCA's future enterprise solution that will provide case execution capabilities to meet certain business needs of both the United States Government (USG) and its international customers. SCES will be an Enterprise Resource Planning (ERP) solution providing management, accounting and reporting functions for case execution on FMS, Pseudo-Cases, Presidential Drawdowns and Leases administered by DSCA. SCES will interface with the acquisition, logistics and financial systems of the Military Departments (MILDEPs) and other defense agencies. The mission of SCES is to improve transactional processing, access and visibility of case execution data across finance, acquisition and logistics areas. SCES will replace the legacy security cooperation case execution systems and supporting processes with an enterprise solution that offers higher levels of control, data aggregation, data standardization and reporting capabilities. Within security cooperation, the focus of SCES is case execution. Case execution encompasses all of the processes that follow the execution of an LOA necessary to satisfy a customer order, including financial, acquisition and logistics processes. SCES will be is a Commercial Off-the-Shelf (COTS) Enterprise Resource Planning (ERP) system designed to meet the transaction processing and reporting capabilities required for the management and execution of Foreign Military Sales (FMS) cases across the DoD enterprise. SCES will provide FMS case execution capabilities through the use of the standard end-to-end business processes of Prospect to Order (P2O) (only receiving DSAMS case data to create/update the Project WBS), Budget to Report (B2R), Order to Cash (O2C), and Procure to Pay (P2P). •· Prospect to Order (P2O): The standard P2O process encompasses the business functions necessary to support sales, process orders, maintain customer relationships, and other support functions. Within the P2O process, SCES will only provide the capability to Perform Planning, which is to support development of a case Project WBS. •· Order to Cash (O2C): The standard O2C process encompasses all business functions necessary to accept and process international customer orders for services and/or inventory held for sale (including managing customers, accepting orders, prioritization of orders, managing receivables, and managing cash collections). The process of fulfilling orders and performing distribution are performed using MILDEP fulfillment systems. •· Budget to Report (B2R): The standard B2R process encompasses all business functions necessary to plan, formulate, create, execute against and report on the budget and business activities of the entity (including updates to the United States Standard General Ledger (USSGL)). •· Procure to Pay (P2P): The standard P2P process encompasses all business functions necessary to obtain goods and services (including requirements identification, sourcing, contract management, purchasing, payment management, and receipt/debt management). The scope of the ERP Development and Data Solution task orders for Increment 1, which includes the Tri-Service Design and a pilot of the SCES Reimbursable Order process. This scope includes P2O, B2R, O2C, P2P, Business Intelligence and data integration. The first phase of Increment 1 includes the development of a tri-service design, accommodating approximately 80% of the case execution functionality, and addresses the needs that the MILDEPs, DLA and DFAS have in common. This allows for standardization of enterprise-wide functions in order to deliver a consistent, integrated set of business processes and more accurate information to the user community. The tri-service design is developed during Increment 1, and will produce the application design configuration document, 'must have' RICE objects functional specifications, the Tri-Service Design Blue Book and the Design Review (DR). This scope includes P2O, B2R, O2C, P2P, Business Intelligence and data integration. The second phase of Increment 1 is the design, build, test, training and deployment of a pilot for processing a new case for a single reimbursable order type for a Service ERP (e.g., GFEBS or LMP). The pilot will support the full end-to-end case execution processes required for the selected order type using the reimbursable business process. For additional background on the SCES program strategy and objectives, as well as a summary of the general responsibilities of the ERP and Data solution service providers, please refer to the attached excerpt from the background section of the draft performance work statement for the ERP System Developer Services. This excerpt also includes relevant information from the SCES Concept of Operation; the SCES target state SV-1; and the high level program schedule. C. Summary of the anticipated work scope: For the purpose of this RFI the term IV&V is defined as an unbiased review and assessment of the processes or products of an organization, with no ties to, or affiliation with, the organization conducting the processes or developing the products. The review is intended to give the owning organization confidence that it is getting what it requested and what it is getting will, in fact, meet the intended requirements/needs as defined in the baseline SCES Requirements Traceability Matrix (RTM). The SCES IV&V service provider will require specific knowledge and expertise for IV&V services with respect to COTS ERP (SAP or Oracle) specifically to include a thorough understanding of the standard end-to-end business processes (P2O, B2R, O2C, and P2P). The scope of the anticipated IV&V contract / task order supporting the SCES program will include IV&V services required to ensure program's intended capabilities, as defined in the baseline SCES RTM, are met. The scope will include IV&V of the development efforts for the COTS ERP (SAP or Oracle) System Developer Services and the Data Management Developer Services. The IV&V support will focus on the verification and testing of the SCES configuration design and development objects against industry standards for business processes and COTS ERP design and development; validation of the documentation of the SCES design and development documentation; verification that the core functional requirements of the SCES ERP and Data Management solutions are satisfied against the baseline SCES RTM; and identification of risks associated with the SCES ERP technical and functional design and development. The scope of IV&V activities in support of the SCES ERP Increment 1, will include, but are not limited to the following; Assessment of the SCES ERP design, configuration and development objects Assessment of deliverable timeliness, quality, and completeness of deliverables and documents that support the SCES design and configuration Assessment that the requirements for the SCES ERP and Data Management solutions for Increment 1 are satisfied against the baseline SCES RTM The methods that will be used by the IV&V contractor to accomplish the activities above include: Review of work products, deliverables and other relevant documentation Independent Validation and Verification of SCES system design and development through scenario testing and configuration reviews Observation of interviews, meetings and working sessions Conversations with Government and contractor personnel D. Response to RFI: Interested contractors are asked to respond with the following: •- Company's name, point of contact, address, phone number, DUNS number, CAGE Code, Tax ID and business size. •- Brief statement (no more than 5 pages) to highlight IV&V capability and ERP (specifically SAP and Oracle, and the standard end-to-end business processes) experience relative to the anticipated scope defined in Section C. •- Brief summary of available multiple award vehicles and federal schedules your company has awards on that include the scope as defined in Section C. Marketing brochures will not be considered adequate information as a response to this RFI. Responses to this RFI must be submitted via email by 2:00 pm (EST) on 24 September 2010 to david.blocker@bta.mil. DISCLAMER: This notice is not a solicitation and does not obligate the government to issue a solicitation. This Request For Information (RFI) is issued solely for information and planning purposes and does not constitute a solicitation. Neither unsolicited proposal nor any other kinds of offers will be considered in response to this RFI or accepted by the government to form a binding contract. Contractors are solely responsible for all expenses associated with responding to this RFI. All information received in response to this RFI marked "proprietary" or "confidential" will be treated accordingly. Information received in response to this RFI will not be returned. The purpose of this RFI is to gather information for use by the SCES program.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/BTA/BTA-BMD/HQ0566BTARFIforSCESIVV/listing.html)
 
Place of Performance
Address: This Request For Information (RFI) is issued solely for information and planning purposes and does not constitute a solicitation., United States
 
Record
SN02277851-W 20100912/100911001308-783ef0cd25301f91eb8ebeac73745c58 (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.