Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2014 FBO #4733
SOURCES SOUGHT

D -- The Defense Information Systems Agency (DISA) is seeking sources for the Security Cooperation Enterprise Solution (SCES) program. - Draft PWS

Notice Date
11/7/2014
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
MAC0093
 
Archive Date
12/9/2014
 
Point of Contact
Edward Yanchuk, Phone: 703-618-7149, Anita Eggleston, Phone: 571-372-3516
 
E-Mail Address
Edward.Yanchuk.ctr@dsca.mil, Anita.Eggleston2@dsca.mil
(Edward.Yanchuk.ctr@dsca.mil, Anita.Eggleston2@dsca.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a draft Performance Work Statement for review of the current tasks for this effort. SOURCES SOUGHT ANNOUNCEMENT Tracking Number MAC0093 The Defense Information Systems Agency ( DISA) is seeking sources for the Security Cooperation Enterprise Solution (SCES) program. CONTRACTING OFFICE ADDRESS: 2300 East Drive, Building 3600 Scott AFB, IL 62225-5406 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. The Security Cooperation Enterprise Solution (SCES) program office is seeking information for potential sources to provide applications lifecycle and information architecture services to meet the requirements for: IT operations management, technical management, and applications management for the planned deployment of the Data Integration, Data Management, and Business Intelligence / Reporting Solution (DMRS) to the Navy. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: SCES is made up of two components: an Oracle Enterprise Resource Planning (ERP) implementation based on Oracle E-business (version 12i); and a data management and reporting solution (DMRS) based on Ab Initio enterprise integration software, QlikView for business analytics, and Microsoft SQL Server Reporting Services for formatted reports. SCES supports the Foreign Military Sales (FMS) case execution capabilities of the United States Government (USG) and its International Customers SCES. The mission of SCES is to improve transactional processing, access, visibility and transparency of case execution data across finance, acquisition and logistics areas. The SCES functionality will enable retirement of the legacy FMS case execution systems. Legacy case execution systems are mainframe systems that include the Management Information System International Logistics (MISIL), Centralized Integrated System International Logistics (CISIL), Security Assistance Management Information System (SAMIS), Case Management Control System (CMCS), and Defense Integrated Financial System (DIFS). In meeting this mission, one objective of SCES is to apply flexible technology to support a dynamic business environment. SCES is developing the first increment of capability for the U.S. Navy to deliver FMS case execution capabilities. Currently, a Limited Fielding Decision is scheduled in 2Q FY15 to deploy full capability to USG and International Customer users for new FMS cases. In 3Q FY15, a Full Deployment Decision (FDD) is scheduled, followed by conversion of existing cases for July 2015 execution. The DMRS is a subcomponent of the broader SCES Concept of Operations (CONOPS) for the case management of FMS cases under the Defense Security Cooperation Agency (DSCA) control. Appendix A provides as reference the SCES CONOPS showing how reimbursable [1] and contractual procurement orders will be handled in SCES. Execution of reimbursable orders will be managed using the SCES ERP. The SCES ERP will issue reimbursable funding documents to the material or service provider, to be tracked as purchase orders within the SCES ERP. All follow-on documentation and accounting for reimbursable activity such as receipts and payables and invoicing and disbursement shall be transacted in the SCES ERP. Execution of contract procurement orders will be performed by sending Military Interdepartmental Purchase Requests (MIPRs) from the SCES ERP to the performing activity which owns the contract, with the obligation recording and tracking taking place in the SCES ERP. All follow-on documentation and accounting for contract procurement activity such as receipts and payables and invoicing and disbursement shall be transacted in the SCES ERP. The SCES ERP procure-to-pay solution will also utilize external systems for contract writing (such as the Standard Procurement System - SPS), entitlement (such as MOCAS), and will have access to vendor shipping, delivery and invoicing information from the Wide Area Workflow System. The DMRS is the part of the SCES solution that will provide a holistic view of case execution status by accessing and integrating data from a variety of sources including the SCES ERP capability, the MILDEP/IA ERPs, and Department of Defense (DoD) contracting systems. The DMRS will obtain case financial and logistics data (at the case line / requisition level) for reimbursable orders from the SCES ERP and integrate this data with financial and logistics data obtained from the MILDEP ERPs and contracting systems for contract procurement orders. This integration of detailed case execution data is needed to provide a complete picture of case status up to a country level. The SCES DMRS will supplement the SCES ERP by providing additional process and data integration, information delivery and business intelligence services that will enhance case execution processing, analysis and reporting capabilities for the USG and enable secure data visibility and data exchange / collaboration capabilities for International Customers. The DMRS will enable secure data exchange services with fulfillment partners and the International Customers. The existing DSCA Security Cooperation Information Portal (SCIP) will function as the entry point for accessing DMRS data and services for both USG and International Customers. USG users include DoD and non-DoD (e.g., Department of State) at headquarters and in-country personnel. International Customers include foreign nationals acting as international purchaser representatives and agents including embassy personnel, Security Assistance Foreign Representatives, Security Assistance Liaison Officers, Foreign Liaison Officers, and Freight Forwarders; and international organizations including NATO. The SCIP supports a variety of authentication mechanisms and manages role based authorizations to current SCIP databases and applications. DMRS will use the SCIP security services to authenticate and obtain authorization to allow access data and services provided by DMRS based on organization and privileges assigned to the role, e.g., restricting access to data for a country. The SCES Program is using a modular contracting approach. Active contracts are in place for the Program Management Office (SCES PMO) Services, Oracle 12i Development, ERP Systems Development, Program Integration, DMRS Systems Development, Integration, Independent Verification and Validation (IV&V), and Hosting/IT Managed Services. The Lifecycle Support Services (LSS) provider, who will transition the SCES Oracle ERP from the ERP Development contractor, will provide the program with applications, technology, and operations management services. This contractor will also provide the SCES Service Desk. Work in support of this contract shall be performed off-site at the DMRS Contractor's provided facility within the National Capital Region (NCR). Facilities provided must fully comply with all applicable Federal and Department LRPs for handling FOUO information. Contractor support for tasks that require direct interaction and collaboration with the SCES PMO and other support contractors for activities such as joint design sessions, technical meetings, issue resolution meetings and stakeholder briefings shall be located in a facility that is easily accessible (within 5 miles) to the Mark Center (Alexandria, VA). Contractor site(s) must be suitable for the lifecycle support activities, including a methodology for securely accessing, operating and monitoring the SCES system. As a program standard, the Contractor personnel shall not perform work outside the designated place(s) of performance without prior approval from the Government. The only exception to this is Contractor personnel who are assigned to exclusively non-collaborative tasks. These contractor personnel may perform the tasks at an off-site, lower cost Contractor location (e.g., "on-shore" development center). Contractor location must fully comply with all applicable Federal and Department Laws, Regulations, Policies (LRP). Contractor personnel shall at a minimum be present at the designated place(s) of performance during the program's core business days/hours of Monday through Friday, 0800 - 1600 EST to collaborate with the Government personnel and their supporting contractors. Costs for travel from the designated place of performance to other locations will require prior Government approval to be reimbursed under this task order. REQUIRED CAPABILITIES: The scope of the anticipated DMRS contract / task order supporting the SCES program will include DMRS applications lifecycle and information architecture services to support requirements for IT operations management, technical management, and application management for the SCES Navy (Increment 1). The DMRS contractor will be required to work collaboratively with existing contractors responsible for providing lifecycle support services the Oracle ERP System as well as the DSCA's SCIP Portal engineering and support organization. The scope of DMRS activities in support of SCES for this order includes the following tasks: Task Order Management associated with the managing the DMRS task; Process Design and Transition necessary to integrate the DMRS service management processes with the ERP LSS contractor's processes to govern the management and delivery of services to the Navy community; Applications Lifecycle Management (ALM) services associated with developing, enhancing, maintaining, testing, deploying, operating, and optimizing DMRS capabilities; Service Desk Support provides DMRS Level 2 and 3 technical support for incidents, problems and user requests through coordination with the existing LSS service desk provider's service desk processes used to receive, track and resolve end user issues, questions and problems; IT Operations & Technical Management Services associated with job scheduling, application maintenance, database administration, software license management and security administration of the working in close collaboration with the LSS and hosting service providers; Information Architecture Services to provide SCES information domain expertise (including Oracle EBS) to support data mapping sessions as well as the development and maintenance of DMRS information architecture artifacts. Provide recommendations to continuously improve the data governance and tooling to develop and maintain a metadata-driven information model and supporting common business vocabulary; and DMRS Functional and Technical Training services including the development and maintenance of user and technical training, train-the trainer, and support for the eventual transition to DSCA operations / sustainment. Further details regarding the anticipated work scope is provided in the draft performance work statement (PWS) which is included with this RFI. SCES DMRS capabilities include data integration, aggregation, virtualization, data delivery and business intelligence services that enhance case execution analysis and reporting capabilities for the USG as well as enable data visibility, data delivery and collaboration capabilities for International Customers. The DMRS integrates and aggregates disparate case development and execution data from multiple sources. This includes financial and logistics data at the country/case/case line/requisition deliverable level including status and history for reimbursable orders managed by the SCES Oracle 12i ERP and contract procurement orders managed by the MILDEP/IA ERP and DoD Contract Management systems to provide a holistic view of cases for a country. Source systems include: • SCES Oracle ERP capability which will receive new cases for implementation, and modifications/and amendment data for existing cases from the DSAMS to establish a case work breakdown structure, distribute budgets, establish and manage sales orders, sending MIPRs for contract procurements, execute requisitions and management fulfillment for reimbursable orders, manage cash, perform accounting using USSGL, and manage overall case performance (plan vs. actuals). The data in the SCES ERP including transaction history and financial and logistics exceptions is expected to be available via the DMRS. •· External MILDEP/IA ERP will receive from the SCES ERP a direct cite MIPR to with requests for contractual procurements. Fulfillment of the contract procurement orders will be managed in the MILDEP/IA ERP which will be the source for financial and delivery status for the DMRS. •· External MILDEP/DoD contract and contract writing systems will be the DMRS source for contract data that is not available in the MILDEP systems, e.g., the Mechanization Of Contract Administration Services (MOCAS) is an expected source for DMRS; •· External Department of Defense (DoD) enterprise systems for acquisition, finance, and logistics. Examples include the Defense Departmental Reporting System (DDRS) for reporting 8242 Trust Fund activity from DMRS to the Treasury, and accessing the Military Assistance Program Address Directory (MAPAD) and Federal Logistics Information System (FLIS) as potential sources for reference data ; and •· Legacy case execution systems during the interim state prior to retirement of these systems. These include: MISIL, CISIL, SAMIS, CMCS, and DIFS. The capabilities provided by the SCES DMRS platform include: Data Integration and Management capability to acquire and maintain timely, accurate, and standardized FMS business data--case, financial, acquisition, and logistical data, needed for effective management of FMS cases throughout the case life cycle. The capability includes the capability to migrate the full range of current FMS case data that exists in the legacy environment to the SCES target environment or archive depending upon the access needs of the business and record retention requirements. Business Intelligence (BI) capability that provides integrated FMS business data to enable operational reporting, improve decision-making, enhance overall visibility of case execution processes, and maximize use of self-service concepts. The term "business intelligence" as used in this context to include the foundational recording, integration, and aggregation of operational data from transactional source systems to support daily FMS tasks/ activities as well as the analytic capability to monitor, manage, and optimize business performance. A key feature of the BI capability is to provide seamless access to operational reports, whether those reports are generated by the SCES ERP, DMRS or provided to the FMS Customer via the Security Cooperation Information Portal (SCIP). While support for the operational reporting is a priority, part of the objective is to move towards greater levels of maturity regarding the analytics and providing for increased self-service by users. Self-Service concepts include the ability for anyone to generate analytics/reports using tools that are interactive, intuitive, and support personalized features, and generally reduced the need for IT involvement and time to deploy new queries, reports, and dashboards. Extract, Transform Load (ETL) and Data Migration/Conversion capability to identify and analyze authoritative sources for the business data, and acquire and convert the business data in order to populate the data management and BI capabilities, as well as archive data that is not required by the BI capability but is needed to store data for historical or retention purposes. Open case data is being converted into SCES ERP/DMRS. The term "conversion" refers to the process of selecting and preparing of source data by applying appropriate business and formatting rules to load a target SCES component, e.g., SCES staging, ERP and/or DMRS, in order to establish the necessary database for go-live. The term "archiving" refers to moving data that is not being used to secondary storage where it can be readily retrieved when needed. Secure Access to the business data and BI capabilities by both USG and FMS Purchaser personnel based on their credentials, roles, and associated permissions, and protect data from unauthorized use. The SCIP security architecture and user account provisioning process is used to authenticate users and obtain authorizations based on their user roles. Data Quality Improvement capability to monitor, troubleshoot, report, and systematically improve the quality of the business data, and manage changes and corrections to data based on the contractor's recommended governance processes, taking into account the role of process owners and data stewards. Data Sharing capability to include data reconciliation as necessary to reliably share business data with consumer systems through automated interfaces following DoD Net-centric principles. Consumer systems include the SCES ERP, SCIP Database/Applications, and external DoD systems, including the Defense Departmental Reporting System DDRS, and other unanticipated systems. Business Rules enable a capability for discovery, definition, and application of business rules and process validations that are accessible by the SCES ERP and DMRS in the run-time environment in order to properly execute FMS business processes, and provide the means to maintain those rules in the development environment, working with process owners and SMEs. Use of innovative approaches to discovering FMS business rules that manifest in a variety of sources including DCSA and DoD policy documents, SCES functional requirements and specifications, and legacy system functional specifications, user guides, and source code. The current DMRS Environment Framework is based on a three-stage architecture and set of operational capabilities: •· Data Acquisition stage gathers case execution data from numerous sources and make it available at a single point-the Operational Data Store, or ODS that is optimized for data inserts and updates, using a hub & spoke model; •· Data Integration stage moves and transforms data from the ODS to a Reporting & Analytics Data Store, optimized for data retrieval, using fact & dimension storage; •· Business Intelligence stage allows users to visualize the data in the form of reports, tables, and dashboards. DMRS uses Ab Initio to integrate and manage data from various systems and provide that data to components of the SCES solution architecture. The first and second stage of the DMRS architecture is constructed using the configurable components of Ab Initio that provide the building blocks for data integration and management, quality, extract transform and load (ETL), migration/conversion, sharing, and applying appropriate business rules. For the third stage of the DMRS architecture, SCES uses Qlik's QlikView and Microsoft's SQL Server Reporting Services (SSRS) for dashboard and reporting capabilities, respectively. QlikView business discovery platform delivers self-service BI and allows users to consolidate relevant data from multiple sources into a single view, explore the associations of data, and enables the visualization of data. SSRS provides the ability to create, deploy and manage canned reports for the SCES user community. These canned reports may be in a variety of formats, but SSRS allows SCES to provide the user community with published reports, schedule report processing or access reports on-demand that can be exported in a variety of formats including MS Excel. The SCES DMRS is collocated with the SCES ERP in a secure commercial accessible via the NIPRNet. SPECIAL REQUIREMENTS The following requirements apply to the Contractor selected for contract award resulting from this solicitation. •• All Contractor personnel will complete a National Agency Check with Local Agency Check and Credit Check (NACLC) prior to beginning performance. •• All Contractor personnel shall be eligible for IT Level designation II or III; all contractors requiring privileged access (systems administrators and database administrators) require IT Level designation I which requires a Single Scope Background Investigation (SSBI) with favorable suitability determination. •• All Contractor personnel performing on this task order must be United States citizens. •• All Contractor personnel shall appropriately safeguard "Controlled Unclassified Information (CUI)" including "For Official Use Only" (FOUO) from public disclosure and shall use the FOUO material only for contract performance. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541512 - Computer Systems Design Services, with the corresponding size standard of $25 million. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code. To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: •1) Business name and address; •2) Name of company representative and their business title; •3) Type of Small Business; •4) Cage Code; •5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) Vendors who wish to respond to this should send responses via email NLT 4:00 PM Eastern Daylight Time (EDT) on November 22, 2014 to Anita Eggleston ( Anita.Eggleston2@dsca.mil ) and Edward Yanchuk (Office: 571-372-3516, E-mail: Edward.Yanchuk.ctr@dsca.mil ). Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description. Documentation should be in bullet format. Vendors may include (at their discretion) any of the following information to assist the government in finalizing the PWS (no more than 5 additional pages): •1. Provide specific recommendations to enhance and/or clarify the draft PWS to reduce performance risk or cost to the program. •2. Describe the estimating guidance necessary to allow industry to develop a staffing model and level of effort estimate within a reasonable risk profile. •3. Improving flexibility and agility through data governance and tooling to develop a common vocabulary and metadata-driven information model across the DMRS architecture is highly desired. Based on industry's experience, what strategies and leading practices should the program consider in structuring the acquisition? Provide specific recommendations to enhance/clarify the PWS deliverables to meet this objective. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. •2.0 Appendix A - SCES Concept of Operations [1] Under a reimbursable order, the providing activity uses its own funds to finance the procurement or production of the items or services ordered. The ordering activity's funds are then used to reimburse the providing activity's account for these items or services. Reimbursable orders include stock funded items and other reimbursable orders including for repair services and travel.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/MAC0093/listing.html)
 
Place of Performance
Address: Work in support of this contract shall be performed off-site at the DMRS Contractor’s provided facility within the National Capital Region (NCR). Facilities provided must fully comply with all applicable Federal and Department LRPs for handling FOUO information. Contractor support for tasks that require direct interaction and collaboration with the SCES PMO and other support contractors for activities such as joint design sessions, technical meetings, issue resolution meetings and stakeholder briefings shall be located in a facility that is easily accessible (within 5 miles) to the Mark Center (Alexandria, VA). Contractor site(s) must be suitable for the lifecycle support activities, including a methodology for securely accessing, operating and monitoring the SCES system., As a program standard, the Contractor personnel shall not perform work outside the designated place(s) of performance without prior approval from the Government. The only exception to this is Contractor personnel who are assigned to exclusively non-collaborative tasks. These contractor personnel may perform the tasks at an off-site, lower cost Contractor location (e.g., “on-shore” development center). Contractor location must fully comply with all applicable Federal and Department Laws, Regulations, Policies (LRP)., Contractor personnel shall at a minimum be present at the designated place(s) of performance during the program’s core business days/hours of Monday through Friday, 0800 – 1600 EST to collaborate with the Government personnel and their supporting contractors. Costs for travel from the designated place of performance to other locations will require prior Government approval to be reimbursed under this task order., Alexandria, Virginia, United States
 
Record
SN03569100-W 20141109/141107233836-4864f52ef6c06a1dcbbb86b743566405 (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.