Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2006 FBO #1704
SOLICITATION NOTICE

99 -- Market Survey/RFI

Notice Date
7/25/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AMQ-200 Aeronautical Center (AMQ)
 
ZIP Code
00000
 
Solicitation Number
DTFAAC-06-R-00001
 
Response Due
9/2/2006
 
Archive Date
10/2/2006
 
Description
This announcement is a Market Survey/Request for Information. The purpose of this market survey is to solicit statements of interest and capabilities from both large and small companies. The DOT/FAA is seeking interested sources that are capable of providing a COTS solution which will enable employees to enter their attendance, leave, and overtime hours in an automated system which will then interface to the payroll computation system. The system must comply with US Code - Title 5, Title 29, and 3550.10, Pay Administration for the Department of Transportation (DOT). FAA is an excepted service agency within DOT, given the ability to set policy outside of Title 5 and Title 29. The system would also need to comply with the FAA Human Resource Policy Manual and negotiated bargaining unit agreements. At this time the nature of the competition has not been determined. This market survey is being conducted in order to obtain the information necessary to aid the DOT/FAA in its determination as to whether adequate competition exists. The COTS Solution must meet the functional requirements as follows: Task 1 - Provide a proven system for employees to record their time, attendance and labor distribution hours. A. Time Collection 1. Allow each employee to record start and stop time in hours and minutes 2. Ability to apply complex pay rules and regulations as set by the sources sited above. 3. System should be web-based for Time and Attendance (T&A) Input and also have biometrics and card leased technology capability. 4. Verify entitlements for each employee. 5. Provide default schedules for exception time reporting. 6. Allow single timekeeper to enter timecards for multiple employee groups. 7. Require electronic signatures for timecard approval. 8. Allow for different types of work schedules - full time, part time, intermittent, and seasonal. 9. On biweekly basis accurately process time cards for DOT employees. 10. Capability to amend timecards. 11. Provide reports for different levels of users - timekeepers, approving officials and management personnel. 12. Provide reports to include Missing, Rejected timecards, Leave, Timekeepers and Approving Officials for each organization. B. Provide automated leave system that includes the following: 1. Create and manage leave request. 2. Select one or more approving officials to send request to. 3. Able to receive email notifications. 4. Approving official should be able to approve, disapprove or request additional information. 5. Automate leave entry on timecard from approved leave request. 6. Automate leave entry for Leave Distribution Reporting (LDR) from approved leave request. 7. Provide reports: a. Display report that shows all employees on leave during specific time period for each organization. b. Display types of leave taken during pay period, names and total number of employees involved by organization. Task 2 - Labor Distribution Reporting (LDR) System 1. Allow each employee to enter their LDR information 2. Accommodate the specific LDR needs of each Operating Administration within DOT 3. Accommodate Labor reporting by project/task and cost distribution across project/task 4. Store and present time and labor discrepancy messages restricted by a security profile Task 3 - Architecture Requirements 1. Provide and maintain high performance especially during peak demand periods. 2. Provide high level of security due to Privacy Act data. 3. Allow global access software for users 4. Accommodate incoming and outgoing interfaces 5. Provide and maintain a Disaster Recovery process capable of 100% of actual usage Task 4 - Training Requirements 1. Provide training for timekeepers 2. Provide training for approvers 3. Provide user manuals Task 5 - Help Desk Support 1. Provide high quality customer service support to users 2. Track problems and provide statistical reporting capability 3. Provide on-line help. The DOT/FAA intends to have any resultant contract in place by May 2007. The anticipated period of performance is one-year base period, and four (4) one-year options. All responses (one response per company) are to be provided on company letterhead and limited to a total of 30 type-written pages. No type font less than 12-point may be used. Interested sources are required to provide the following: (1) A capability summary describing the corporate approach to performing the work specified. At a minimum it shall address the following: ? The vendor's overall corporate structure from a technical perspective; i.e., how it is aligned (top-down) to oversee, manage and ensure quality design, development, and delivery of the system and support services to the Customer ? The vendor's overarching cost and schedule management controls to be employed in performing the major tasks specified above ? The vendor's approach to ensure a smooth and seamless transition (2) Provide a demonstration of the product (3) Information concerning contracts which are considered relevant in demonstrating ability to perform the proposed effort for a Government agency or private company. At a minimum, the description shall include the information below for contracts performed within the past three (3) years: Project title/description Customer name Project start-end dates Project value Client point of contact (POC) information including e-mail address and telephone number Description of work performed Description of why the work is relevant to the proposed effort (4) A completed Business Declaration form. If subcontracting, partnering or teaming arrangements are anticipated to satisfy the requirements, then a separate Business Declaration form for each subcontractor, partner or team member must also be provided. (5) Provide a "Rough Order Magnitude" (ROM) for total COTS Solution. The DOT/FAA will not be liable for costs associated with the preparation and submittal of inquiries addressing this announcement. Brochures alone will not be considered sufficient documentation for demonstration of capabilities. Responses will not be returned. This is not a request for competitive proposals and will not result in a contract award. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. No collect calls or telephone inquiries will be accepted. Since this is a sources sought announcement, no solicitation exists; therefore do not request a copy of the solicitation. If a solicitation is issued, it will be synopsized on the FAA's contract opportunities web page. It is the potential offeror's responsibility to monitor this site for the release of any solicitation. All responses/submittals, including attachments, should be submitted electronically to the following email address: asora.tuiaana@faa.gov All responses/submittals, including attachments, should be submitted in either Microsoft Word, or portable document format (pdf). Also please note that the FAA e-mail server restricts file size to 10MB per e-mail, therefore responses/submittals may have to be submitted in more than one e-mail in order to be received. If you cannot respond electronically, please send one "original" and three (3) copies to: Federal Aviation Administration Attn: Asora M. Tuiaana, AME-100 P.O. Box 25082 (ZIP-73125) 6500 S. MacArthur Boulevard Oklahoma City, OK 73169 All interested sources must provide their responses/submittals no later than 4:00 PM, CT, September 1, 2006. Information packages received after this date will be determined late and will not be considered.
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.cfm?ref=4995)
 
Record
SN01097186-W 20060727/060725220502 (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.