Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2012 FBO #3704
SOLICITATION NOTICE

D -- Requirement for a contractor to continue the operations and refinement of MAXIMO as a database used to collect and provide DPW Facility information and the transition of MAXIMO data to GFEBS

Notice Date
1/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
ACC-APG SCRT - Aberdeen Installation, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-12-T-0070
 
Response Due
1/30/2012
 
Archive Date
3/30/2012
 
Point of Contact
Ginger Babcock, 410-306-1517
 
E-Mail Address
ACC-APG SCRT - Aberdeen Installation
(virginia.l.babcock4.civ@mail.mil)
 
Small Business Set-Aside
Economically Disadvantaged Woman Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The combined synopsis/solicitation number is W91ZLK-12-T-0070 and is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55. This requirement is 100% Economically Disadvantaged Woman-Owned Small Business (EDWOSB) Set-Aside. The associated North America Industry Classification System (NAICS) Code is 541513 and the Business Size Standard is $25.0 Million. The Government contemplates award of a Firm-Fixed Price contract for the following requirement. Description of Requirement: I. Background Aberdeen Proving Ground (APG) computerized maintenance management system (CMMS) manages the Operations and Maintenance (O&M) activities for the approximately 2200 buildings and 30000 pieces of equipment at APG. Each facility has its own set of O&M requirements. These O&M requirements are met through the day to day operation of MAXIMO, APG's current CMMS, during the transition period for implementation of General Fund Enterprise Business System (GFEBS). GFEBS is being implemented by the Army to produce accurate, timely and useful financial, cost and real property data; to integrate related functional output data; and to generate data for improving decision-making. GFEBS replaces numerous legacy systems in FY12. During the transition process from MAXIMO to GFEBS, APG Directorate of Public Works (DPW) will require data collection and management including management of old MAXIMO data, plus, migration of that data to GFEBS using Department of the Army (DOA) supplied templates. This transition is estimated by US Army Installation Management Command (IMCOM) to run for several years until GFEBS is fully operational. The purpose of this scope of work is to measure, improve and control certain key operational processes surrounding the current MAXIMO system and transition to GFEBS. The objective is to implement new business processes that leverage the efficiencies and management reporting capabilities of both systems and ultimately support a robust Capital Investment Strategy (CIS). GFEBS uses a SAP platform database structure that allows O&M professionals to efficiently and economically manage O&M functions for DPW Operations at APG. The legacy systems being replaced by GFEBS are expensive to support. GFEBS is a web-based, enterprise resource planning (ERP) solution using a commercial-off-the-shelf (COTS) system. The GFEBS solution applies Army-wide, and includes all three components: i.e., Active Army, the United States Army National Guard (ARNG) and the United States Army Reserve (USAR). The USAG APG Garrison Commander has formed a GFEBS Task Force (TF). The GFEBS TF is the Garrison Commander's executive body to oversee and guide USAG APG transition and transformation to the new Army web enabled resource and business management system- GFEBS. To achieve this goal, APG DPW will require CMMS support staff working with the GFEBS support team to work with APG Garrison Task Force team to provide strategic guidance to Garrison staff for GFEBS planning, implementation, integration, and sustainment efforts. Duties will require the sustainment of MAXIMO while migration to GFEBS is made by support staff. MAXIMO will "brown-out" in FY12 leaving GFEBS as the single point of entry for all DPW business processes. II. Scope This Statement of Work outlines the requirements for contract support staff during transition to GFEBS. The duties required are described below in detail to include the continued development and operation of the DPW's Web page; maintaining a complete and accurate database in GFEBS; technical support of the DPW work reception desk in providing common level of support (CLS) to APG Garrison supported organizations; generation of reports using Crystal Reports or Business Intelligence (BI) as GFEBS develops that functionality. DPW maintains 30,000 equipment records and 2200 location records; tracks 30,000 Service Orders (SO) and 3,000 Work requests (WR) annually. Within one week of the notice of award, the contractor shall confer with the Government Technical Representative (GTR) to schedule a kickoff meeting. The purpose of this meeting shall be to clarify any remaining questions, finalize the project schedule based on the new start date, and begin project activity. CLIN 0001 Tasks Task 0001 Asset Management System Administration/Database Administration. All these administrative system duties will be formed in coordination with the Network Enterprise Command (NEC) 1.1 The Contractor shall manage and maintain the integrity and availability of the MAXIMO and GFEBS Database as the Master Data Maintainer through coordination with NEC 1.1.1 The Contractor shall perform regular backups on CD 1.1.2 The Contractor shall ensure that the data entered into each database is complete and accurate 1.2 The Contractor shall manage and maintain the availability of the MAXIMO System during "brown-out" period through coordination with NEC 1.2.1 The Contractor shall design and code system modifications to MAXIMO 1.2.2 The Contractor shall diagnose and correct system problems that prevent the MAXIMO system from running 1.2.3 The Contractor shall diagnose and correct user problems with using MAXIMO 1.3 The Contractor shall manage and maintain the availability of handheld scanning devices 1.3.1 The Contractor shall design and code system modifications to handheld software 1.3.2 The Contractor shall diagnose and correct system problems that prevent the handheld systems from running 1.3.3 The Contractor shall diagnose and correct user problems with using handhelds 1.4 The Contractor shall manage the process for handling the entry/creation of new data in GFEBS 1.4.1 The Contractor shall coordinate the creation of new equipment records based on the submittal of new equipment request forms and equipment in place (EIP) lists 1.4.2 The Contractor shall verify validity of data provided in the form of EIP Lists 1.4.3 The Contractor shall coordinate the creation of new building/floor/room location records using GFEBS real property lists as the source 1.4.4 The Contractor shall coordinate the creation of new Preventative Maintenance (PM), Job Plan and Lock-Out/Tag-Out (LOTO) records based on the acquisition of new equipment and location records 1.4.5 The Contractor shall manage the Warranty/Service Contract Process 1.4.6 The Contractor shall manage the Work Flow processes 1.5 The Contractor shall manage and maintain the DPW Work Order Web Page and Report Server 1.5.1 The Contractor shall diagnose and correct user problems with entering data into the web site 1.5.2 The Contractor shall assist in the management of the User Authorization Setup and access permissions. 1.6 The Contractor shall submit NEC Support Requests as necessary and coordinate with NEC on MAXIMO/GFEBS related issues 1.7 Transferring / migrating existing data to GFEBS 1.7.1 The Contractor shall ensure that functional MAXIMO requirements are met during transition to GFEBS 1.7.2 The Contractor shall provide guidance for MAXIMO while implementing GFEBS data usage 1.7.3 The Contractor shall establish and enforce data standardization based upon GFEBS requirements 1.7.4 The Contractor shall maintain business processes during transition to GFEBS 1.7.5 The Contractor shall manage report development and revision based upon GFEBS BI reports 1.7.6 The Contractor shall disseminate MAXIMO to GFEBS transition information 1.7.7 The Contractor shall analyze data and make recommendations to management for resolution of problems 1.7.8 The Contractor shall assist in the resolution of data disparities based upon GFEBS template format 1.7.9 The Contractor shall document MAXIMO functional and technical transition problems 1.7.10 The Contractor shall maintain database integrity entered into GFEBS from MAXIMO, PRISMS, IFS 1.7.11 The Contractor shall create, modify and correct master data records in GFEBS, including functional locations, equipment, assets, maintenance plans, task Lists, warranties, permits (LOTO) 1.8 The Contractor shall conduct special report studies (i.e. audits) including but not limited to: 1.8.1 MAXIMO Process sustainment during GFEBS transition 1.8.2 Risk analysis, and recommendations 1.8.3 MAXIMO/GFEBS contingency planning during GFEBS transition 1.9 The Contractor shall obtain proper training based on assigned GFEBS roles and access to GFEBS Data Construction Server and Data Validation process through certification requirements by NEC. 1.10 Analysis and Development 1.10.1 The Contractor shall conduct Workflow Analysis 1.10.2 The Contractor shall conduct Process Analysis 1.10.3 The Contractor shall conduct PM / Job Plan Analysis Task 0002 Installation, Maintenance & Training of Handheld Devices 2.1 Installation and Maintenance 2.1.1 The Contractor shall install software on the handheld devices. 2.1.2 The Contractor shall configure, test and implement basic changes to handheld devices 2.1.3 The Contractor shall conduct Work Order Tracking Module Data Update 2.1.4 The Contractor shall conduct Equipment Module Location/Equipment Hierarchy Revisions 2.1.5 Handheld Maintenance 2.1.5.1 The Contractor shall travel on-site as necessary to reload Handhelds that are reporting errors 2.1.6 The Contractor shall conduct setup Module Signature Security Status Updates 2.1.7 The Contractor shall conduct inventory Control Module Data Updates 2.2 Training 2.2.1 The Contractor shall conduct on-site weekly support visits to current handheld device users 2.2.2 The Contractor shall conduct User Training for Handheld Devices and APG DPW SOs. Government employees are to be trained in the use of handheld scanning devices under this order. 2.2.3 The Contractor shall provide Assistance and Guidance for Handheld Devices 2.2.4 The Contractor shall develop and maintain User Training Manuals and handouts for handheld devices 2.2.5 The Contractor shall develop Instructional Documentation for GFEBS Transition and APG DPW SO 2.3 User Accounts 2.3.1 The Contractor shall set-up, maintain and update user/tenant accounts for APG DPW SO Web Page 2.3.2 The Contractor shall set-up, maintain and update user accounts for handheld devices; 2.3.3 The Contractor shall maintain Issues Log; and Web Page users Task 0003 GFEBS Help Desk coordination 3.1 The Contractor shall Man the GFEBS Help Desk 3.1.1 Answer all GFEBS related calls and disseminate through DPW POC 3.1.2 Create maintain Call Log and Reports 3.1.3 Conduct Administrative duties associated with memos, briefings, notifications, meeting minutes, and distribution of GFEBS OPORDS, XORDS, and IMCOM directives for GFEBS. CLIN 0002 Accounting for Contract Services Requirement As part of its proposal, the offeror will provide the estimated total cost (if any) incurred to comply with the Contractor Manpower Reporting Application (CMRA) requirement. Offeror will determine to price or not-separately-price the CMRA requirement. CLIN 0002 shall be the CLIN under which the contractor shall bill for all costs associated with the CMRA requirement. NOTES to Offerors: 1. Period of Performance is 15 February 2012 to 14 February 2013. 2. This is a Performance-Based service; historically there have been 3 full-time equivalencies (FTEs) for a similar effort. An FTE is considered 40 hours per week. 3. Proposals are due January 30, 2012 and shall be emailed to Ginger Babcock, virginia.l.babcock4.civ@mail.mil The following provisions and clauses, available in full text at http://farsite.hill.af.mil/vffara.htm, will be incorporated by reference: 52.204-7 Central Contractor Registration: Contractor must have an active registration prior to due date of quote. 52.204-10 Reporting Executive Compensation 52.209-5 Certification Regarding Responsibility Matters 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.209-7 Information Regarding Responsibility Matters 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The Technical evaluation will be a determination based on information furnished by the vendor and will be comprised of the necessary certifications and an acceptable Past Performance. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. EVALUATION FACTORS FOR AWARD: Factor I: Technical a. Certification of "Master Data Maintainer" and "Real Property Data Maintainer" b. Past Performance Factor II: Price SUBMIT REQUIREMENT AND BASIS OF EVALUATION FOR EACH FACTOR: 1. Offerors shall submit certifications of "Master Data Maintainer" and "Real Property Data Maintainer" roles granted by GFEBS, which apply to Task 1and 2. GFEBS requires these role assignments to allow users access for data management and financial transaction execution. Certifications shall be evaluated as: a. Acceptable - Proposal clearly meets the minimum requirement of the solicitation. b. Unacceptable - Proposal does not clearly meet the minimum requirement of the solicitation. Please note: Contractor is required to achieve certification within 90 days after date of award for systems administration of application servers through Security Plus, Microsoft IT Professional Server Administration, and Oracle Certified Associate (OCA). Oracle Certified Associate (OCA) is required for systems administration through the NEC. GFEBS roles required subject to Segregation of Duties (SOD) and security background check. 2. Offerors shall submit Past Performance information, including point of contact information, on previous work of this nature within the last three years. Past Performance, shall be evaluated as: a. Acceptable - Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. (Note: Unknown shall be considered acceptable) b. Unacceptable- Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. 3. PRICE a. Provide a total for CLIN 0001 and for CLIN 0002 b. The Government will evaluate the base price for the total amount for 12 months of CLIN 0001. The Government will evaluate the base price for CLIN 0002 Basis of Award: Award will be made to the offeror whose Technical proposal receives an acceptable rating and provides the lowest price to the Government 52.212-3, Offerors Representations and Certifications Commercial Items All offerors shall have a current record in the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. 52.217.8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. 52.233-4 Applicable Law for Breach of contract Claim 52.237-3 Continuity of services 52.222-41 Service Contract Act of 1965 52.222-44 Fair Labor Standards Act and Service contract Act - Price Adjustment 252.212-7000, Offeror Representations and Certifications Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items. ADDENDUM to 52.212-4 52.223-11 Ozone Depleting Substances 252-211-7003 Item Identification and Valuation 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402) 52.219-8, Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.219-29 Notice of Set-Aside for Economically Disadvantaged Women-owned Small Business Concerns 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchase 52.225-25 Prohibition on engaging in Sanctioned Activities Relating to Iran 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 252.211-7003 Item Identification and Valuation 252.211-7006 Radio Frequency Identification 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007). The following additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities 252.209-7001 Disclosure of Ownership or Control by the government of a Terrorist Country 252.225-7000 Buy American Act-Balance of Payments Program Certificate 252.225-7001 Buy American and Balance of Payment Program 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Preference of Domestic Hand and Measuring Tools 252.225-7021 Trade Agreements 252.232-7003 Electronic Submission of Payment Requests. 252.232-7010 Levies on contract Payments AC 5252.232-4003 Wide Area Workflow (WAWF) Information & Instructions ACC-APG 5152.237-4005 Accounting for Contract Services Requirement Accounting for Contract Services Requirement, has been added to the statement of work, and contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil. For further assistance, email the CMRA Help Desk at contractormanpower@hqda.army.mil. To be completed at time of award. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor shall report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The Army's objective is to collect as much significant Contractor Man-Year Equivalents (CME) data as possible to allow accurate reporting to Congress and for effective Army planning. Detailed instructions can be found on the Contractor Manpower Reporting Application (CMRA) website in the CMRA "Contractor User Guide" or "Subcontractor User Guide". The contractor must create an account upon entering the site and is required to completely fill in the required information at the CMRA website: https://cmra.army.mil. The required information includes: (1) Unit Identification Code (UIC) of the Army Requiring Activity that would be performing the mission if not for the contractor: __________ (Enter the Army Requiring Activity's UIC here). (2)Command of the Requiring Activity that would be performing the mission if not for the contractor: __________ [Enter the Major Command (MACOM) of the Requiring Activity here]. (3)Contracting Officer (KO) and contact information: ___________________________________________________________ (Enter KO's name, phone number, and email address). (4)Contracting Officer's Representative (COR) and contact information: ___________________________________________________________ (Enter COR's name, phone number, and email address). (5)Federal Service Code (FSC) reflecting services provided by contractor (and separate FSC for each subcontractor if different). If there are multiple FSCs for an Order number, enter a separate data record for each FSC. (6)Location where contractor and subcontractor(s) perform the service, including the city, state, zip code, and country. When service is performed at an overseas location, state only the city and country. If there are multiple Locations for an Order number, enter a separate data record for each Location. (Note: If there are many location records that need to be entered, the Bulk Loader function is available which allows the transfer of information from a contractor's system to the secure web site. The Bulk Loader Template and Bulk Loader Instructions may be downloaded from the web site.) (7)Contractor Type (prime or subcontractor). (8)Direct labor hours (including subcontractors) for each FSC. (9)Direct labor dollars paid this reporting period (including subcontractors) for each FSC. (10)Weapons system support indication: __________ (Enter yes or no). If subcontractors are used in the performance of this contract, several factors must be considered. Contractor shall include, and require inclusion of, this term in all subcontracts at any tier under the contract in which services are being procured. Contractor shall also enter their data in a timely manner, as subcontractors can not input any information into the CMRA system until the Prime Contractor has entered their data. The Prime Contractor has overall responsibility for ensuring subcontractors enter their respective data. Subcontractors are only responsible for entering Location Data. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. (End of Clause) EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. AMC-LEVEL PROTEST (NOV 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx, UPS, or other delivery service should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-level protest procedures are located on the Internet. If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-level protest procedures. http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. QUESTIONS regarding this Combined Synopsis/Solicitation can be directed via email to: Ginger Babcock, virginia.l.babcock4.civ@mail.mil or Kimmie Edwards, kimmie.i.edwards@mail.mil. All questions must be submitted by January 20, 2012. No questions will be accepted after that date. All submitted questions will be answered by amendment to this notice. NO QUESTIONS WILL BE ANSWERED VIA TELEPHONE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ab7739cdf8cc5bf3af61e9148ef2011b)
 
Place of Performance
Address: ACC-APG SCRT - Aberdeen Installation Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN02654926-W 20120115/120113234900-ab7739cdf8cc5bf3af61e9148ef2011b (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.