Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2010 FBO #3227
SOURCES SOUGHT

D -- Ammunition Depot Automation (ADA) Business Applications

Notice Date
9/23/2010
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Rock Island Contracting Center (RI-CC), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-11-ADA
 
Response Due
10/15/2010
 
Archive Date
12/14/2010
 
Point of Contact
Matthew Ward, 309-782-3752
 
E-Mail Address
Rock Island Contracting Center (RI-CC)
(matthew.ward21@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Title: Ammunition Depot Automation (ADA) Business Applications Munitions Total Management System Field Module Web (MTMS-FM Web) Key Control Joint Munitions Barcode Labeler (JMBL) Stockpile Inventory List Comparator (SILC) MTMS-FM Mobile This is a Sources Sought Notice (SS). This is not a solicitation for proposals, proposal abstracts or quotations. The purpose of this notice is to obtain information regarding the availability and capability of qualified contractors to provide services for the operational support, modification and maintenance of the Joint Munitions Command (JMC) ADA Business Applications. ADA applications provide extensive business process automation functionality for employees at eight ammunition locations. The applications were specifically designed to 1) automate documentation and recordkeeping activities associated with depot shipping and transportation activities, and 2) to provide a source of data to populate Radio Frequency Identification (RFID) tags used to achieve nodal in-transit visibility over munitions shipments. The software applications require highly specialized knowledge of the specific system and the logistics discipline in general. The sources sought are for the Post Deployment Software Support (PDSS) of the family of ADA applications (MTMS-FM Web, MTMS-FM Mobile, Key Control, JMBL, SILC). This includes maintenance, sustainment, testing, documentation, problem resolution, and implementation of Engineering Change Proposals (ECPs) submitted to and approved by the JMC ADA Configuration Control Board for all current ADA Systems. The ADA Systems business software is a specialized custom-coded set of programs developed to automate and execute the functional requirement of the ammunition processes associated with asset receipt, inventory management, and transportation missions at ammunition depots. The core ADA applications (MTMS-FM Web) functionality is a Commercial-Off-The-Shelf (COTS) web-based Automated Information System (AIS) utilizing Savi SmartChain enterprise platform that interfaces with Department of Defense (DoD) Enterprise Resource Planning Systems (ERPs) and DoD Transportation Systems. The other applications are Government-Off-The-Shelf (GOTS) owned by JMC. Interested parties should respond by providing a Capability Statement, see paragraph entitled Capability Statement/Information Sought on page 5. Purpose and Objectives: The purpose is to support the ADA Applications operations by executing tasks including, but not limited to: performing routine application support, Sustain and maintain operations of all computer programs, interfaces, communications links and databases, provide enhancements when needed to comply with DOD/Army/JMC mandates, provide necessary technology upgrades and changes required from outside the control of the ADA, maintain system and user documentation that will support the operation, maintenance and changes to the system; provide 24 x 7 technical point of contact for customer support, adhere to security and IA requirements. Contractor shall assure historical records are archived per JMC policy. Contractor shall participate with JMC network teams to assure the applications operate efficiently and effectively when network and database software is upgraded or hardware is upgraded. The Contractor shall maintain a prioritized list of software changes and implement those changes as directed by the Government configuration control process. The Contractor shall be able to provide to JMC the core functionality provided by the MTMS-FM Web (currently Savi SmartChain). MTMS-FM Web: MTMS-FM Web tracks, automates, and integrates depot operations to manage, update and reconcile inventory, supplies and shipments, and prints transportation documents. It uses 2D bar codes and Radio Frequency Identification (RFID) tags to identify munitions and supplies in real-time for accurate shipping and movement transactions. MTMS-FM Web generates incoming supply receipts and tracks internal warehouse inventory and external shipments of munitions. The MTMS-FM Web SmartChain platform interfaces directly with LMP for inventory, transportation, and warehouse movements. MTMS-FM Web interfaces with the Munitions Transportation Management System (MTMS) for transportation movements. MTMS-FM Web also interfaces with SILC and MTMS-FM Mobile (see below). MTMS-FM Web contains custom code that is configured into the Savi SmartChain platform. Key Control: Desktop application that automatically identifies users (key custodians and key recipients), read key numbers, and record transaction details. It also enforces certain security criteria to ensure that only properly authorized individuals are able to draw the keys to any particular building. In summary, Key Control automates all verification and data collection activities associated with each key issue and return transaction. JMBL: JMBL is the army's barcode label printing software. The JMBL software application generates two-dimensional (2-D) bar-coded ammunition identification labels in the format specified in MIL-STD-129P and MIL-PRF-61002A. Asset information (DODIC, NSN, UN code, Quantity, etc) is input into data fields. This program then prints that information onto Mil Std 129 P change 4 compliant barcode labels. This software requires the use of supported printer hardware. SILC: SILC software application is designed to improve productivity in US Army ammunition inventory management operations. This application has two primary functions: 1) to enhance user productivity during the physical inventory process and 2) to automatically reconcile the physical inventory. SILC interfaces with MTMS-FM Web (SmartChain) for receiving custodial balances and sending reconciled balances and discrepancies. MTMS-FM Mobile: Hand Held scanner and supporting application provide for data capture from AIT device (bar codes) as well as the compilation and aggregation of data for post processing business transactions in legacy systems. MTMS-FM Mobile interfaces with MTMS-FM Web (SmartChain) for receiving and sending asset and location data. Project Requirements: The contractor must provide clear identification of technical staff and relate their experience based upon the following requirements as it relates to the application of interest or related application. The contractor must demonstrate three to five years experience in the following areas: 1. Operations Management: a. Ammunition Depot Operations. b. Ammunition transportation logistics. c. Reporting and documentation requirements for ammunition movements and foreign military sales ammunition logistics. d. Ability to provide immediate support for operations on a 24/7 basis to assure no interruption of operations and support. 2. Working knowledge of Department of Defense (DoD) documents related to the movement and distribution of ammunition: a. DOD 4500.9-R-PART II, June 2008, Defense Transportation Regulation. b. DOD 4000.25-1-M Military Standard Requisitioning and Issue Procedures (MILSTRIP). c. Code of Federal Regulations, Title 49 CFR Transportation. d. Military Standard 129P, September 2007, Military Marking for Shipment. 3. Knowledge and ability to prepare and maintain interface agreements with HQ JMC and PM LMP. 4. Prepare and maintain documents describing software configuration, architecture, complete business rules, detailed design, data dictionary, specifications, user guides and training material. 5. Application Database Administration: a. Set-up, maintenance, and routine administration of the database definitions and data. For MTMS-FM Web, work with the JMC DBA. The other applications have their own stand-alone databases. b. User Accounts, Table Spaces, indices, triggers, and stored procedures. 6. Ability to use an agile-like software lifecycle process for changes to assure the rapid delivery of high-quality software that is aligned with customer needs. 7. Knowledge of Certification and Accreditation (Security Authorization Package): a. Ability to support Certificate of Networthiness process. b. Conduct Risk Assessments of application changes using DoD guidelines. 8. Ability to manage Change Control and Configuration Management: a. Captures defects and proposed changes reported by the user community. 9. Maintain interfaces and have the ability to establish new interfaces with DoD information systems that include the following: a. Munitions Transportation Management System (MTMS). b. Logistics Modernization Program (LMP). 10. Ability to apply communication and data transfer protocols including the following. There may be others. a. Web-service reliable messaging (WS-RM) b. CAC Single Sign-on (CAC SSO) c. Service Oriented Architecture (SOA) d. Oracle database link 11. Ability to support software upgrades and refresh in local network environment: a. Manage application code. b. Maintain production and development environments. c. Maintain relational databases. 12. Ability to conduct analyses of transportation data to assure conformance with interface regulatory requirements. Capability Statement/Information Sought: Respondents must provide, as part of their responses, information concerning each of the project requirements listed above along with (a) staff experience, including their availability, experience, and training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capabilities; and (e) examples of prior completed Government contracts, references, and other related information. Interested qualified contractors should submit a tailored capability statement for this requirement, not to exceed 20 single-sided pages (including all attachments, resumes, charts, etc.) presented in single-space and using a 12-point font size minimum, that clearly details the ability to perform the aspects of the notice described above. Information Submission Instructions: All Capability Statements sent in response to this SOURCES SOUGHT notice must be submitted electronically (via email) to Matt Ward, Contract Specialist, at matthew.ward21@us.army.mil in MS Word, WordPerfect, or Adobe Portable Document Format (PDF), by October 15, 2010 11:00 AM, CDT. All responses must be received by the specified due date and time in order to be considered. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any contractor responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the contractor's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in GSA. However, responses to this notice will not be considered adequate responses to a solicitation. Page 1
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7d5554355e85fefac106d062a3f24c63)
 
Place of Performance
Address: Rock Island Contracting Center (RI-CC) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN02294138-W 20100925/100923235202-7d5554355e85fefac106d062a3f24c63 (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.