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 -- Global Combat Support System, Army (GCSS-Army) is conducting market research for support of commercial item - SAP Enterprise Resource Planning (ERP) software already deployed and utilized in GCSS-Army.

Notice Date
11/7/2014
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J15RSAPB
 
Response Due
11/21/2014
 
Archive Date
1/6/2015
 
Point of Contact
Molly Condon, 309-782-8549
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(molly.condon@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: W52P1J-15-R-SAPB Notice Type: Sources Sought Synopsis: This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may or may not be awarded as a result of this sources sought announcement. The Capability Package for this sources sought market survey is not to be a proposal, but rather responses to the information asked below and statements regarding the Offeror's existing experience. Information or ideas submitted to the Government may be used in formulating its acquisition strategy or technical approach and therefore, permission to use the information for these purposes is inherently granted with the submission. The Government will not pay for any information or administrative cost incurred as a response to this announcement. No proprietary, classified, confidential or sensitive information should be included in your response. The purpose of this announcement is to conduct a market survey. Army Enterprise System Integration Program (AESIP) is acting as the lead office and any task orders issued under the contract will support specific requirements of PM AESIP, PM Global Combat Support System (GCSS-Army), General Fund Enterprise Business Systems (GFEBS) and Logistics Modernization Program (LMP). INTRODUCTION: Ms. Molly B. Condon, Contract Specialist, Army Contracting Command - Rock Island (ACC-RI) on behalf of Project PM AESIP, under the Program Executive Office, Enterprise Information Systems (PEO EIS), is conducting market research for Global Combat Support System-Army (GCSS-Army). This SOURCES SOUGHT ANNOUNCEMENT seeks to identify potential sources capable of providing the required SAP services. BACKGROUND Description: Global Combat Support System, Army (GCSS-Army) is conducting market research, seeking potential sources for vendors with performance capabilities to provide strategic, operational, and sustainment data management in the logistics and financial domains that are not covered under existing system integration contract. The services being acquired are for support of commercial item - SAP Enterprise Resource Planning (ERP) software already deployed and utilized in GCSS-Army. Part 1.0 GCSS-Army Data Management Consulting Vendor Requirements a. Vendor must have DoD security Site Clearance b. Vendor personnel must be U.S. citizens and have National Agency Check with Law and Credit (NACLC) clearance minimum and Common Access Card (CAC); personnel requiring direct NEC-R access will need active Secret clearance c. Vendor must have quote mark reach-back quote mark capability to SAP for support as needed d. Vendor complementary software must be certified by SAP e. Any Vendor network software must have NETCOM certificate of net worthiness (CoN) and be provided free-of-charge if in lieu of current software already licensed by the Army; and training delivered expeditiously. f. Vendor and software should have favorable Gartner and/or Forrester ratings, or comparable endorsement by a Government agency g. Vendor must have full Data Management Lifecycle experience on at least one large (25K+ users) SAP implementation and at least three (3) additional qualifications from Government and/or Aerospace & Defense, Logistics, and Financial clients h. Vendor must have a proven methodology consistent with DAMA Data Management Body of Knowledge (DAMA DMBOK) i. Vendor personnel must have relevant Data Management experience and certifications j. Vendor personnel must have training and experience with Data Migration and Data Steward Accelerator software used by GCSS-Army; training is at Vendor's own expense k. The work locations are Primary: Petersburg & Midlothian VA; Secondary: Northern VA Capitol Region, Huntsville, AL, or Picatinny, NJ; all at Government per diem rates. l. Vendor must be able to collaborate with the GCSS-Army Lead System Integrator and other Army organizations, e.g. Enterprise Data Management Office (EDMO), Logistics Support Activity (LOGSA), and Army Centralized Business Analytics (ACBA) Part 2.0 Work to be Performed - SAP Data Management Services, FY 15 and 16 a. Background: GCSS-Army has a need for SAP Data Management Services providing strategic, operational, and sustainment data management in the logistics and financial domains. b. Scope: The GCSS-Army solution is experiencing difficulties with data quality due to deficiencies with legacy Standard Army Management Information System (STAMIS) systems, external data sources, Production System quality management, and insufficient LSI procedures (Data Stewardship), which must be addressed. The success of GCSS-Army fielding centers on the quality and completeness of data preparation during the initial stages of cutting over from legacy systems. This is a very intense process that incrementally transitions individual Army units to GCSS-Army during the period of performance. The beginning of sustainment will overlap with the two fielding waves. GCSS-Army is dependent on the accuracy, completeness, relevance and readiness of its ERP data. In addition, the data from the individual commands and Army/DoD authoritative data sources (ADS) must be rationalized against the existing GCSS-Army data requirements and business rules. The Government must cover the data quality requirement during fielding with contractor support until a long-term sustainment organization is deployed. A centralized data governance process that identifies data cleansing opportunities and provides metrics on data quality and readiness is required. Also, a centralized system to govern creation and updating enterprise data, with the ability to track and audit changes, is required to manage the data across the Army Enterprise. An area where these capabilities are most critical is Equipment data, where GCSS-Army has been identified as the Army's Enterprise Equipment Master ADS. Services are required to accomplish comprehensive data management and transition it to the Government. c. Objectives: To request information from SAP service providers capable of providing the expected level of work, possessing the required technical expertise and having the ability to perform the work in the time period required. d. Description of Services: Services are required to provide GCSS-Army PMO with support across the components of SAP Data Management best practices with the overarching objective of facilitating transition of sustainment Data Management to the Government during FY15 and full control beyond fielding activities in FY16. Task List: Complete development of a best practice Data Management Strategy (Analyze Data Architecture) Perform a Production data audit Develop a Data Governance Plan Conduct Enterprise Equipment Management (EEM) analysis Support Daily System Monitoring from Data Management perspective Assist in development of Data Quality Metrics/KPIs Provide data loading support for Independent Government Test (IGT) Provide data loading support for any new data requirements change requests Assist Planning and ETL for subsuming equipment configuration functions of Maintenance Master Data File (MMDF) Monitor ECC and BI consistency - extraction issues and change impact Support transition to the Government tasks and Knowledge Transfer Requirements Support development of a Master Data and Transactional Archiving Strategy Provide quote mark active quote mark data sustainment support (working with Government designated Data Stewards) and governance standards Support complete transition to Government for Data Management and Extraction, Transformation and Loading (ETL) Tools Support Data Migration for expected CRs / Prep for potential Increment II (Aviation, APS, Ammo, IPPS-A, Transportation/BI) Support GCSS-Army CCB for data issues Part 3.0 Security: Vendor representatives performing these services will have a NACLC or Interim Secret Clearance provided by the vendor or is able to obtain it in a reasonable time. The individuals will provide contract support for data extraction, transformation and loading (ETL) into GCSS-Army Development, Test, Mock Conversion systems including utilization of SAP licensed COTS tools. Loading data into the Production system will be supervised by the Government PMO or sustainment organizations. They will be provided access to Government Furnished Equipment (GFE) laptops to perform these functions over NIPRNet or other government systems. Part 4.0 Status Reports: Bi-monthly reports will be provided to the GCSS-Army Program Manager beginning two weeks after award. Reports are to be submitted by the 1st and 15th of each month. If the 1st and 15th are a holiday or weekend, reports are to be submitted by the first workday following the 1st and 15th of the month. The reports shall summarize the status of services performed and identify findings, problems, issues, recommendations, etc. Final reports will be due NLT five (5) days after the final day of the contract period of performance. Part 5.0 Deliverables: a. Data Quality Report (audit) b. Data Cleansing Metrics c. Data Remediation Report d. Data Management Strategy e. Monitoring Strategy selection f. Monitoring Plan g. Data Migration Plan & Documentation h. Data Loading Metrics & Reports i. Data Management Transition Plan j. PMO Data Management Support Plan k. Data Steward Plan and Mentoring Plan l. Configured Accelerators and Knowledge Transfer to Government m. Data Governance Transition n. Contract close-out Part 6.0 Period of Performance: The intended period of performance for this requirement is February 1, 2015 - September 30, 2016 and work will begin work no later than five (5) days after contract award. INSTRUCTIONS TO COMPANIES This is a request for information only. Do not submit a proposal or quote. The answers to the questions below should total no more than 10 pages maximum, single spaced (Microsoft Word or.pdf attachments are preferred), (8 quote mark x11 quote mark pages, 1 quote mark margins, 12 pt font, including any tables, diagrams, etc.) including the following: Name of Company: CAGE Code: Address: Point of Contact: Phone Number: Fax Number: Email Address: Proposed Contract Vehicle if any (Example: GSA, Army CHESS, etc) In the Capability Package, the Offeror must respond to and provide detailed answers to all of the following questions: 1. What is your company's experience specific to DoD and Army ERP/SAP contracts and discuss in detail if your company can perform the capabilities listed above? 2. Describe your experience in providing SAP Data Management Services and provide an estimate of the dollar value of that effort. Describe the pricing arrangement used in the experience examples (i.e. firm fixed price, cost plus fixed fee, cost plus award fee, time and materials, cost sharing, or cost). 3. Describe the types of roles necessitated by your method, as well as the certifications / credentials needed for each role. (For example, Database Administrator certified in SAP) role. 4 Do you currently support contracts that have the requirement of a secret or higher clearance? 5. Based on the list of requirements outlined above, do you think your company would propose for this effort as a prime contractor performing at least 51% of the work? Would you plan to team with subcontractor(s)? If so, describe the subject matter and approximate percentage of work that your company would be likely to perform as a prime contractor. How would you manage a suite of subcontractors under this contract? SUBMISSION OF INFORMATION It is recommend that you limit the use of marketing materials in order to provide more substantive information in your written responses. Companies should submit the information requested above no later than Close of Business 21 November 2014. Please furnish the above requested information, by email only, to Ms. Molly B. Condon, Contract Specialist, at molly.b.condon.civ@mail.mil and Mr. Ryan R. Larrison, Contracting Officer, at ryan.r.larrison.civ@mail.mil. Information provided above and beyond the information requested in this announcement (appendices, brochures, catalogs, etc.) will not be reviewed by the Government. Any company responding to this notice should ensure that the response is complete and sufficiently detailed to allow the Government to determine the company's qualification to perform work. Companies are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to companies with respect to the information submitted. The Army will evaluate the responses to help identify interest and the ability to provide support in the areas outlined in this announcement. All information received in response to this notice will be marked PROPRIETARY and handled accordingly. Proprietary information will be safeguarded in accordance with applicable government regulations. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Responses to this notice will not be returned and respondents will not be notified of the results of the evaluation. Additional Info: Contracting Office Address: ACC - Rock Island (ACC-RI), 3055 Rodman Avenue, Bldg 62, ATTN: CCRC-TD, Rock Island, IL 61299-8000 Place of Performance: Primary - Place of Performance is Petersburg and Midlothian VA; Secondary - Place of Performance is Northern VA Capitol Region, Huntsville, AL, or Picatinny, NJ Point of Contact(s): Molly B. Condon, 309-782-8549
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5968c217e7ea356689cbcd523377a75d)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) 3055 Rodman Avenue, Bldg 62, ATTN: CCRC-TD Rock Island IL
Zip Code: 61299-8000
 
Record
SN03569479-W 20141109/141107234153-5968c217e7ea356689cbcd523377a75d (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.