SOURCES SOUGHT
70 -- Market Reasearch for Reutilization Business Integration Software - RBI Related Documents
- Notice Date
- 3/31/2010
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office - Battle Creek, HDI Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092, United States
- ZIP Code
- 49037-3092
- Solicitation Number
- ReutilizationBusinessIntegration(RBI)
- Archive Date
- 4/24/2010
- Point of Contact
- David D Straughn, Phone: 269-961-7258, David D Straughn, Phone: 269-961-7258
- E-Mail Address
-
david.straughn@dla.mil, david.straughn@dla.mil
(david.straughn@dla.mil, david.straughn@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- RBI Documents REQUEST FOR INFORMATION (RFI) -- REUTILIZATION BUSINESS INTEGRATION (SALES SOLUTION) 1. INTRODUCTION The Defense Logistics Agency (DLA) is conducting market research to identify the capabilities of specific COTS software tools. This Request for Information (RFI) is for the Reutilization Business Integration (RBI) initiative. RBI is the replacement for the Defense Reutilization and Marketing Service (DRMS) Legacy IT applications suite and provides DRMS with a solution that integrates best-business practices and DRMS materiel assets into the DLA Supply Chain. The technical solution needed for the RBI initiative includes the satisfaction of RBI Sales requirements. The RBI Sales solution needs to integrate well with Defense Logistics Agency SAP Financials established within the Defense Logistics Agency’s Enterprise Business System (EBS). This objective of this market research RFI is software tool evaluation. 2. Scope of the Request for Information Potential respondents should note that this RFI is for the purpose of market research to assist the Government in determining current commercial availability and technical compatibility with: •DRMS Sales functional requirements (please see the attached ZIP file containing 18 separate documents). •A Web-based solution to its Sales requirements that will enable easy integration with existing SAP Financials. The Government seeks both receipt of written input and a subsequent formal demonstration from the software owner or licensor of each of the following three commercial off the shelf (COTS) software tools. 1. Ariba 2. Emptoris 3. Pool4Tool Responses from authorized third party licensees of each of the three above listed software tools ARE NOT being solicited at this time. If and when the RBI project is approved to progress into the acquisition stage, then authorized third party providers will be encouraged to participate at that time. The written input portion of the market research consists of a set of answers to the questions set forth below. The demonstration portion of the market research will consist of a demonstration of the software tool. The software owner or licensor shall select the mode of demonstration it wishes to provide; either in-person or via webinar. Regardless of the demonstration mode selected, the demonstration shall not exceed two hours. If an in-person demonstration is selected, then the number of vendor attendees is limited to a total of three each. Each demonstration shall be conducted once. The required date for the demonstration must fall between April 12, 2010 and April 23, 2010. The scheduled time two hour time block for each demonstration must fall between the hours of 7 a.m. to 4 p.m. Eastern Time, Monday through Friday. Submit available dates and corresponding times for the demonstration with your written response to the questions below. The two hour time limit includes a minimum of 30 minutes for questions and answers on the demonstrated software tool. After completion of all three demonstrations, the Government shall subsequently post the questions and answers generated during the demonstration phase as an amendment to this RFI announcement. Prior to conducting the demonstration, prospective respondents are requested to submit written answers to the following set of questions: 1. What are the database platform, operating system, and development standards that could be used in your proposed solution? 2. What are the hardware requirements of your proposed solution? 3. DLIS will require a minimum number of 10,000 external (public) users who may place bids for DRMS-owned property. What are the limits on adding new users in your proposed solution? How do you purchase licenses (perpetual, term or other)? 4. What is the per-user license fee for your solution? 5. Are there any limitations enforced in product versions of your proposed solution (i.e. maximum number of connections, maximum size of the database, maximum number of queries/transactions, etc.)? 6. DLIS would prefer a solution that allows for self-customization. Within your proposed solution, would DLIS be able to make modifications to the code? Is a software development kit available? 7. What kind of supporting documentation is included or available for your proposed solution (user manual, administrative guide, etc.)? What are the software maintenance service requirements of the software tool? 8. What kind of tangible support documentation is include or available for your software tool? 9. If your proposed solution is a web tool, does the web front end run under Internet Information Service (IIS) 6.0? If not, what does it run under? Is your proposed solution capable of being compliant with Section 508 regulations? 10. The proposed software tool solution must be able to meet all the information security requirements of DoD Directive 8500.1, “Information Assurance.” Is your proposed software tool solution capable of meeting the all the DoD Directive 8500.1 requirements? Please explain your answer. 11. Do you have any existing contracts with the United States Government? If so, please list. 12. Do you prefer to conduct an in–person demonstration of the software tool or a webinar demonstration? What are your availability dates and times for the demonstration? 3. Format of the Written Submission 1. DLIS appreciates responses from responsible, technically capable sources. Please submit one (1) copy of your written reply to the point of contact listed below. To respond to this RFI, interested parties shall format their written responses as follows: 2.Cover Page (1 page, not included in the page count) a. Title b.Organization c. Responder’s technical and administrative points of contact (names, addresses, phone and fax numbers, and email addresses) 3. Technical (maximum of 9 pages) a. Executive Summary b. Discussion of the capability of your proposed solution c. Answer each of the 12 questions above. Limit your written response to a maximum of nine (9) typewritten pages, single page, single-sided, single spaced. Font size shall be no less than 10 point Times New Roman with at least 1 inch margins. Tab dividers, table on contents, index and glossary are not required. Respondents may mark their submission with restrictive legends and the Government will honor those restrictive legends in accordance with existing public law and implementing regulations. RFI responses will NOT be shared with other entities and will solely be used as part of the Government’s acquisition planning process. Responses to this RFI will not be returned nor will receipt be confirmed. Furthermore, the Government will not provide acknowledgment of the number, identity or socio-economic status of responses received. Please forward questions regarding either the written portion of your response or the demonstration phase of your response via facsimile to (269)961-4474; ATTN; DCSO-B/David Straughn to arrive no later than 11 a.m. Eastern Time, April 5, 2010. Queries received via e-mail, surface mail or voice mail will NOT be answered. Questions and answers received will be subsequently posted via an amendment to this RFI. Please forward your formal written reply to arrive no later than April 9, 2010 at 11 a.m. Eastern Time. Send your written responses to the following address. Any reply received via facsimile or e-mail is NOT acceptable and will be ignored. Surface Mail Address: Defense Logistics Agency ATTN: DCSO-B/David Straughn 74 N. Washington Avenue Battle Creek, MI 49037-3084 The Government reserves the right to contact the submitting party(ies) on an as required basis for further clarification on the written material submitted. The following requested information to be provided is for planning purposes only and does not constitute a Request for Proposal (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The Government does NOT intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited. Any contract that might be awarded based on information received or derived from this RFI will be the outcome of the competitive acquisition process. This RFI is not a solicitation announcement for proposals. No contract will be awarded from this announcement. No reimbursement will be made for any costs incurred associated with providing information in response to this announcement or any follow-up requests for additional information. Per FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. The Government shall contact each selected respondent no later than April 9, 2010 to arrange the logistical details in providing the demonstration portion of this market research. No phone calls accepted at any time. - END -
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c52cb8895e76a923e9e69542d9b737ea)
- Place of Performance
- Address: 74 N. Washington Avenue, Battle Creek, Michigan, 49037-3084, United States
- Zip Code: 49037-3084
- Zip Code: 49037-3084
- Record
- SN02109102-W 20100402/100401000225-c52cb8895e76a923e9e69542d9b737ea (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 |