MODIFICATION
R -- Oracle Federal Financials 11i Training
- Notice Date
- 12/19/2005
- Notice Type
- Modification
- NAICS
- 611420
— Computer Training
- Contracting Office
- Office of Personnel Management, Center for Contracting, Facilities & Administrative Services, Contracting Group, 1900 E Street, N.W., Room 1342, Washington, DC, 20415-7710
- ZIP Code
- 20415-7710
- Solicitation Number
- OPM-RFQ-06-00010RSS
- Response Due
- 12/30/2005
- Archive Date
- 1/14/2006
- Point of Contact
- Raymon Sidhu, Contract Specialist, Phone 202-606-2184, Fax 202-606-1464, - Dorsey Delavigne, Contract Specialist, Phone 202-606-1045, Fax 202-606-1464,
- E-Mail Address
-
raymon.sidhu@opm.gov, dhdelavi@opm.gov
- Description
- Contracting Office Address: The U.S. Office of Personnel Management 1900 E Street, N.W. Rm. 1342 Washington, D.C. 20415 REQUIREMENT: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice Solicitation number is OPM-RFQ-06-00010RSS and is issued as a Request For Quotations (RFQ). This solicitation incorporates Federal Acquisition Regulation provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-06 and correction to FAC 2005-06 . OPM is soliciting proposals for Oracle Federal Financials 11i Training 1.0 Background OPM?s ability to achieve its mission to build a high-quality and diverse federal workforce depends heavily on the ability of its decision makers and managers to make fact-based and timely decisions. To succeed, OPM requires its financial management systems to produce reliable, accurate, timely, and consistent financial information that enables effective management of its resources and delivery of products and services throughout the nation. The Financial Systems Modernization Project Office (FSMPO), within the Office of the Chief Financial Officer, was created to lead, direct, and coordinate all processes and activities to modernize OPM?s financial management and procurement systems and reengineer business processes to meet OPM?s financial management responsibilities within the specified budget and in accordance with internal policies and procedures, while complying with applicable laws and regulations as defined by the central regulatory agencies. In September 2005, OPM entered into an Interagency Agreement (IAA) with the United States Department of Treasury, Treasury Franchise Fund?s Administrative Resource Center (ARC) to cross-service OPM?s core financial and procurement systems. ARC?s Platform Services includes the Custom-Off-The-Shelf (COTS) Oracle Federal Financials, Prism, Government-wide E-travel systems as well as support for these systems. ARC will serve as the system integrator to implement Oracle Federal Financials 11i, Prism, Discoverer reporting tool, and eTravel systems and the FSMPO will manage the project throughout the system development life cycle and ensure that business processes are reengineered and aligned with the system functionality. To this end, training in Oracle Federal Financials 11i is necessary so that the project team gains an understanding of the systems functionality and will be able to apply this knowledge as it works with the Bureau of Public Debt to implement the Oracle system for the Office of Personnel Management. 2.0 TASK: Oracle Federal Financials 11i Training The Financial Systems Modernization Project Office (FSMPO) requires computer based training, led by an instructor, in Oracle Federal Financials 11i for up to 15 employees. The course should provide a high level overview of Oracle?s federal financial applications, including Oracle Budget Execution, Oracle Federal Administrator, Oracle Federal General Ledger, Oracle Federal Purchasing, Oracle Federal Payables, Oracle Projects, Oracle fixed Assets, and Oracle Federal Receivables. Module features, implementation considerations, and module integration should be covered during the training. The training should be customized to OPM?s needs and also cover the following but not limited to: OPM business process overview, Oracle key accounting flexfields, budgeting, funds control, auditing, reimbursable billing, credit card processing, interfaces, data conversion, and financial reporting. 2.1 Subject Matter Expertise The contractor must have comprehensive knowledge and recent Oracle Federal Financials applications experience; comprehensive knowledge and successful training experience in financial management system application; comprehensive knowledge and expertise in federal financial management, federal accounting; JFMIP core financial system requirements; knowledge and experience in developing user friendly training materials. 2.1.1 Task Deliverables OPM will have 3 working days to review draft deliverables and the contractor will have 2 working days to incorporate any requested revisions prior to the start of the training. The following are task deliverables: ? Training plan ? Training manuals and handouts ? Training evaluation form 3.0 DOCUMENTATION The contractor will provide (15) hard copies of any documentation, plus 3 extra copies. OPM will have 3 working days to review draft deliverables and the contractor will have 2 working days to incorporate any requested revisions. 4.0 KICK-OFF MEETING A kick-off meeting will be scheduled within two (2) workday(s) after the contract is issued. Attendees will be at a minimum: FMPO Project Manager, the Contracting Officer?s Representative (COR), and Contractor. The contractor will also provide a draft training plan and draft training materials. 5.0 PERFORMANCE STANDARDS Task Performance Standard Monitoring Method Training deliverables All project deliverables provide the specified information, and are understandable, legible, complete, and free of grammatical and punctuation errors. All deliverables will be reviewed by project office staff. Training deliverables All project deliverables must be completed by the planned schedule date. All deliverables will be reviewed by project office staff. Training Training will provide an overview of the Oracle Federal Financials 11i application and all of the modules as defined in section 2.0. 7.0 PERIOD OF PERFORMANCE The period of performance shall be the seven (7) business day period from January 23, 2006 to January 31, 2006. 8.0 DESIGNATED BASE WORK SITE Training will be conducted at the Contractor?s site. 9.0 AWARD TYPE Firm, Fixed Price. The award will be made to the vendor that is deemed to provide the best value to the government. 10.0 SECURITY REQUIREMENTS N/A 12.0 STAFFING PLAN The contractor must submit the following: ? Provide resumes that identify the roles and responsibilities and experience of the instructor(s) ? Provide references of Government Agencies and Agency Contacts for similar tasks. 13.0 TRAVEL No travel is anticipated for this effort. TERMS AND CONDITIONS: The following clauses and provisions apply to this acquisition: Incorporated by reference are FAR 52.212-1, Instructions to Offerors-Commercial Items; 52.2l2-2, Evaluation-Commercial Items; FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions-Commercial Items Required to Implement Statutes or Executive Orders-Commercial Items. Additional FAR clauses apply. Quotations shall also include the following information: 1. RFQ number. 2. Time specified for receipt of offers. 3. Name, address, and telephone number of offeror. 4. Warranty terms. 5. Price for each line item in the requirement given above and any discount terms. 6. Delivery timeframe. 7. A completed copy of the representations and certifications at FAR 52.212-3 Alt 1. 8. Prospective contractors must be registered in the Central Contractor Registration database.Information regarding CCR requirements may be obtained at www.ccr.gov or by calling 888-227-2423. 9. The Offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. 10. Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt shall not be considered. 11. Award evaluation shall be in accordance with FAR 13.106-2 and shall be based on price,warranty, delivery terms, and other factors most advantageous to the Government. Quotations must include a firm, fixed price for all tasks/deliverables given in the Statement of Work. All responsible small business sources may submit a quotation, which, if received prior to the expiration of the deadline, shall be considered by this agency. This solicitation will be posted on the FedBizOpps (FBO) Internet website only. Offers that fail to furnish the required information and representations detailed above, or those who reject the terms and conditions of the solicitation may be excluded from consideration. Point of Contact- Raymon Sidhu, Contract Specialist Phone: 202-606-2184 Fax: 202-606-1464 Email: raymon.sidhu@opm.gov Place of Performance- Address: U.S. Office of Personnel Management 1900 E Street, NW Washington, D.C. Postal Code: 20415 Country: USA
- Place of Performance
- Address: The U.S. Office of Personnel Management, 1900 E Street, N.W. Rm. 1342, Washington, D.C. 20415,
- Zip Code: 20415
- Country: USA
- Zip Code: 20415
- Record
- SN00954912-W 20051221/051219212351 (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 |