SOLICITATION NOTICE
B -- RMS Program Review
- Notice Date
- 11/1/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- DOT/Maritime Administration, MAR-380 1200 New Jersey Ave SE, MAR380 W26-429 Washington DC 20590
- ZIP Code
- 20590
- Solicitation Number
- SSNRMS70092
- Response Due
- 11/16/2007
- Archive Date
- 10/31/2008
- Point of Contact
- Theresta Lanier Contracting Officer 2023669684 theresta.lanier@dot.gov;
- E-Mail Address
-
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE SSNRMS70092 This synopsis is for information and planning purposes only. This is NOT a solicitation and does not constitute a Government agreement to contract. The Department of Transportation, Maritime Administration is seeking a contractor to review the MARAD IT functional and contractual requirements of the Ready Reserve Force Management System (RMS) per the Statement of Work provided below. Contractor must possess a versed knowledge of software management as well as the Federal Acquisitions Regulation (FAR). Sources interested in this requirement shall submit a capability statement which will include at minimum: (1) a corporate overview which highlighting your experience in this area; (2) at least 2 references in which similar services were performed. You must include the company name, a valid contact name and phone number and a description of the services provided; and (3). Your package shall not exceed four pages. A cover sheet (not included in the page count) shall include the following: contact name, address, telephone and fax number, your business entity (i.e., large business, small business), status (8(a), Hubzone, Service Disabled Veteran, Woman Owned, etc.), and GSA schedule number (if applicable) under NAICS code 561990. The Government will not pay for information furnished in response to this notice. The contract type and procurement approach have not been determined. The period of performance is expected to be three months (3) months after date of award, with one option period (Phase II). Questions regarding this notice shall be submitted no later than 12pm noon, EST Wednesday, November 7, 2007. They must be directed electronically to: Theresta Lanier at theresta.lanier@dot.gov. NO PHONE CALLS WILL BE ACCEPTED. Responses are required by 2pm Friday November 16, 2007 and should be e-mailed to: theresta.lanier@dot.gov. Incomplete and late responses will not be reviewed. RMS Review Statement of Work SCOPE The Maritime Administration has a requirement for a contractor to perform a review and analysis of its Ready Reserve Force Management System (RMS). The contractor will review the IT functionality of each specific contract to determine if the fielded system capabilities match the prescribed full operational capacity (FOC) as contracted for in the initial contract instrument. BACKGROUND The RMS system is a logistical system used to initiate, review and approve repair, general maintenance and spare parts requests. This system allows for budgetary approval at various levels (and in various locations), determination of actual expenses and forecasting. It is estimated that MARAD has over 900 user IDs for this system. However, approximately half (1/2) are active users. The system is installed on 44 ships, at three MARAD operating areas offices, at eight Ship Manager locations, at two contractor sites and at MARAD headquarters office. The IT infrastructure is owned by the Government but managed by Stanley Associates. Site visits may be required of the contractor. However, ship visits are not anticipated. PHASE I CONTRACT REVIEW 1. Review the MARAD functional requirements of the Ready Reserve Force Management System (RMS), as awarded to ABS Nautical Systems and ABS Consulting via the following contract instruments, and the latest modification: a. DTMA1P05022 b. DTMA1F05010 c. DTMA1P05063 d. DTMA1C06001 2. Review and analyze the fielded system, as now installed and deployed, and determine the extent that the fielded system capabilities match the prescribed Full Operational Capability (FOC) requirements as contracted for in the above contract instruments. For each functional requirement, identify whether the system a.) fully meets the requirement, b.) meets the requirement in part, or c.), has not met the requirement. Where the contractor met the requirements through "workarounds", identify the workaround and its adequacy in meeting the requirement. 3. Review the following contract instruments and determine the relationship between the supplies/services procured and the supplies/services procured under the contract instruments listed in Item 1.above. e. DTMA1V07029, Management Systems Consulting LLC (MSC) f. DTMA2P07001, MSC g. DTMA2P07114, MSC h. DTMA4P07033, MSC i. DTMA4P07037, MSC j. DTMA4P07039, MSC k. DTMA3V07010, MSC l. DTMA1D05006/0001, Stanley Associates m. DTMA1D05005/0002, Stanley Associates n. DTMA1D05005/0004, Stanley Associates o. DTMA1D05005/0007, Stanley Associates p. T007LOG1503, Pro-Log, Inc. 4. Identify invoice payments made against the listed contract instruments in Items (1) and (3) above. 5. Review the Statement of Work for the Ship Manager contracts, DTMA8C05001 through DTMA8C05021 (Statement of Work is the same for all contracts) and the Quality Assurance Surveillance Plan, and determine whether requirements a.) can be fully met, b.) can only be partially met, or c.) cannot be fulfilled, based on an analysis of the fielded RMS capability. 6. Provide analysis and recommendations regarding the following: a) Determine whether the supplies and services procured under the contracts were delivered. Determine if the above contract instruments were appropriate vehicles to provide the services requested. b) Provide estimate regarding the extent to which user maintenance/systems support will be required to assure effective life cycle system support, and recommend corresponding alternatives for providing this support. 7. Contractor will submit a plan for the execution of Phase II contract option. 8. Contractor will have access to all deliverables received under the contract instruments listed in this SOW, and any related system documentation, including contractual documentation, reports, notes, etc. 9. It is anticipated that the contractor will require access to one or more Ship Management companies, MARAD contract specialists/contracting officers (both HQ and field), Contracting Officer Technical Representatives (both HQ and field), staff from the Office of Ship Operations and the Office of the Chief Information Officer, as well as employees of the companies to whom the above contract instruments were awarded. The Maritime Administration will facilitate such access, as required. The Maritime Administration will assign a senior manager to the contractor for liaison. OPTION PERIOD 1: PHASE II PROGRAM MANAGEMENT REVIEW If exercised, the period of performance and deliverables will be determined prior to execution of option. 1. Evaluate the effectiveness of the RMS: a) At shipboard level i) Maintenance planning and execution ii) Surveys and Certificates iii) Inventory Management iv) Configuration Management v) IT Infrastructure b) At the Ship Manager level: vi) Business Planning vii) Purchasing viii) Project Management ix) Maintenance Planning c) MARAD HQ and Operating Divisions x) Resource Management xi) Contract Monitoring xii) Budget Planning and Execution xiii) Property Control xiv) Shore-based Spares Asset Management xv) QASP d) RMS Support xvi) Help Desk Support xvii) Data Base Administration xviii) IT Infrastructure, including network communications xix) Configuration Management xx) Integration/Interfaces with other MARAD systems 2. Identify the extent to which RMS supports RRF readiness, identifying the program strengths and weaknesses, training requirements, documentation requirements, helpdesk support, software modifications, reporting requirements and management oversight. 3. Analysis of impact, if any, on Ship Manager contract requirements, based on the system's current capabilities. DELIVERABLES Item Due Date Required Deliverable 1 Within 30 days of contract award Draft report addressing the findings from effort completed under Items 1, 2, and 3, Phase I, above Conduct outbrief with MARAD personnel to provide preliminary findings 2 Within 60 days of contract award Draft report addressing the findings from effort completed under Items 4, 5, and 6, Phase I, above Conduct outbrief with MARAD personnel to provide overall findings from the completed review/analysis 3 Within 15 days after 2nd outbrief Finalize comprehensive report based on any comments received from MARAD personnel 4 Within 75 days after contract award Submit plan for conducting Phase II, Option for Contract Management Review. If exercised, delivery dates and deliverables for Phase II will be specified at option exercise.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=MR693800&objId=320858)
- Place of Performance
- Address: Contractor site, HQ - US MARITIME Admin and possible field locations if necessary.
- Zip Code: 20590
- Country: United States
- Zip Code: 20590
- Record
- SN01444663-W 20071103/071101223337 (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 |