Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 13, 2011 FBO #3337
SOURCES SOUGHT

D -- SCES Infrastructure Services

Notice Date
1/11/2011
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
MAC0020
 
Archive Date
2/2/2011
 
Point of Contact
John Schiffhauer, Phone: 6182299481
 
E-Mail Address
john.schiffhauer@disa.mil
(john.schiffhauer@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
Title: SCES I nfrastructure Services Notice Type: Sources Sought NAICS Code: 541712 A. Purpose: The Security Cooperation Enterprise Solution (SCES) program office invites interested service providers who possess the experience, resources and capabilities to provide I nfrastructure Services to respond to this Sources Sought with the requested information. The purpose of this Sources Sought is to identify potential small business candidates capable of fulfilling the I nfrastructure Services requirements for hosting the Enterprise Resource Planning (ERP) System, Data Solution and PMO support infrastructure that may be awarded by the Government for the SCES Program. Creating a list of candidate service providers will allow the government to finalize acquisition planning and will support the release of a formal solicitation through appropriate channels, if and when the decision to proceed is made. All small business, to include Small Disadvantaged, HUBZone, Women-Owned and Service Disabled, are strongly encouraged to submit their responses. B. Background: In July 2008, Defense Security Cooperation Agency (DSCA) initiated efforts to design, develop and implement SCES. The mission of SCES is to improve transactional processing, access and visibility of security cooperation case execution data across finance, acquisition and logistics areas. SCES will replace the legacy security cooperation case execution systems and supporting processes with an enterprise solution that offers higher levels of control, data aggregation, data standardization and reporting capabilities. The SCES high-level program objectives include: •· Improving the standardization of security cooperation business processes, rules and data among Military Departments (MILDEPs or Services) and DSCA •· Applying flexible and adaptive technologies to meet dynamic business needs •· Leveraging DoD ERP systems The scope of SCES is limited to security cooperation business processes specific to case execution. For requirements development, the SCES team, which includes DSCA, MILDEP, Defense Finance Accounting Service (DFAS) and BTA representatives, identified four high-level end-to-end business processes applicable to case execution (Prospect to Order, Order to Cash, Budget to Report, and Procure to Pay) that were aligned with the DoD Business Enterprise Architecture (BEA). The team then identified business process design opportunities and developed functional and data requirements for each end-to-end business process. On May 18, 2010, after completion of an Analysis of Alternatives (AoA), the Director of DSCA, who also presides as the SCES Milestone Decision Authority (MDA), issued a memorandum approving the recommendation of the AoA to proceed with a commercial-off-the-shelf (COTS) ERP solution. As directed by the MDA, the SCES Program Management Office (PMO) developed a Business Case, Program Charter, Acquisition Program Baseline and other supporting documents which were presented to the Combined Investment Review Board (IRB) on July 13, 2010. On July 23, 2010, the MDA approved SCES for a Milestone A/B decision and established SCES as an ACAT III Program. SCES is proposed to be DSCA's future Tri-Service enterprise solution that can deploy case execution capabilities to meet the business needs of both the United States Government (USG) and international customers. The mission of SCES is to improve access and visibility of case execution data across financial, acquisition and logistics functional areas to better manage security cooperation programs. In support of this mission, SCES will provide transaction processing and reporting capabilities for enterprise level management of case execution. The overall vision for SCES includes the following: •· Replace the legacy MILDEP security cooperation case execution systems with a Tri-Service enterprise solution that offers better capabilities, controls and data standardization; •· Implement standard end-to-end business processes for the security cooperation case execution lifecycle including sub-processes and activities related to the Budget to Report (B2R), Order to Cash (O2C) and Procure to Pay (P2P) business processes; •· Use the standard P2P and fulfillment capabilities provided by the existing ERP capabilities within the Department of Defense to the maximum extent possible for the fulfillment of cases; •· Improve and standardize case execution processes and provide an enterprise solution that will be flexible and adaptive in order to meet the business needs of an ever-changing business environment and evolving threats to national security; •· Coordinate and provide the MILDEPs with security cooperation requirements for inclusion in the supporting Domestic Systems/MILDEP ERPs to enable the exchange of data between SCES and these systems to the extent possible; and •· Enhance international customer access to their respective case execution data. The objectives of the solution are to: •· Process and deliver timely, accurate and standardized finance, acquisition and logistics information to Office of the Secretary of Defense (OSD), Department of State (DoS), Congressional leadership and all levels of the security cooperation community (including international customers) in support of executing international security cooperation programs including Foreign Military Sales (FMS), Pseudo-Cases, Presidential Drawdowns, and Leases; •· Provide enhanced capabilities for transactional processing required for case execution, such as improved Graphical User Interface (GUI), master data tables, transactional edits, and validation checks; •· Standardize business processes at the enterprise layer for funds control, case management and reporting, and billing and closure; •· Provide a consistent integrated set of business processes for managing and executing security cooperation cases and the FMS Trust Fund; •· Provide the capability to process and view near real-time and integrated case execution information that will allow decision makers to make informed decisions; and •· Support compliance with DoD finance, acquisition, logistics, and IT security policies. C. Summary of work scope: The scope of this effort is to provide the required (IT hosting) infrastructure to support SCES program development, testing, training and fielding requirements with managed services. The contractor must be capable of achieving initial operational capability within 60 days of contract award. T he Contractor shall work collaboratively with the SCES program team (to include the SCES development contractors ) to establish and maintain the technology environments (instances) required for SCES. An instance is defined as a logical segment of hardware and software configured to support a specific purpose for a defined period of time (e.g., development instance, testing instance, production instance). The Contractor will be responsible for physical space, environmental controls, hardware, DISN (NIPRNet) and Internet connectivity, system software (operating system), database and COTS application installation, administration and maintenance, patches, Security Technical Implementation Guide (STIG) and Information Assurance Vulnerability Alert (IAVA) updates. Infrastructure services provided under this task order will comply with all requirements for systems designated at Mission Assurance Category (MAC) Level II as defined in DoDI 8510.01 and DoDI 8500.2 and meet DSCA/SCES business needs for highly available, scalable, reliable, and secure managed infrastructure services meeting all requirements for DoD Information Assurance Certification and Accreditation Process (DIACAP). The infrastructure requirements shall support up to 1 5 0 users. The infrastructure contractor will be expected to support distributed computing solutions on multiple platforms, such as UNIX, (HP/UX, Solaris, AIX etc) Windows and Linux. Additionally, the Contractor will be responsible for promoting software code and configuration changes from the development environment to testing and/or training environments, and to the production environments. The timing of these promotions will align with the SCES Integrated Master Schedule (IMS) and will be in coordination with the development contractors and the government. The Contractor shall coordinate production deployments with the SCES PMO and the development partners and will adhere to the software change management governance and practices in use by the SCES program. The Contractor shall be responsible for user access management as required to ensure proper access is provided and requested user group are properly established as defined by the SCES systems development contractors. D. Response to Sources Sought : Interested contractors are asked to respond with the following: •- Company's name, point of contact, address, phone number, DUNS number, CAGE Code, Tax ID and business size. •- Brief capability statement (no more than 4 pages) documenting (i) ability of their team (prime and partner subs) to meet the work scope requirements defined in section C above and (ii) summary of at least 2 programs/projects where the team members have provided this type of service to a DoD agency program/project resulting in a valid Certification & Accreditation, Authority to Connect and Authority to Operate. Description of the program/project should include the name of the customer agency, name of the system and contractual vehicle/Task Order used by the government to obtain these services. •- Identify recent success achieving DIACAP certification to allow connection to the DISN. •- Brief summary of available multiple award vehicles and federal schedules your company has awards on that include the scope of this effort. Marketing brochures will not be considered adequate information as a response to this Sources Sought. Responses to this Sources Sought must be submitted via email by 2:00 pm (EST) on 18 January 2011 to SCES-INFO@bta.mil. DISCLAMER: This notice is not a solicitation and does not obligate the government to issue a solicitation. This Sources Sought is issued solely for information and planning purposes and does not constitute a solicitation. Neither unsolicited proposal nor any other kinds of offers will be considered in response to this Sources Sought or accepted by the government to form a binding contract. Contractors are solely responsible for all expenses associated with responding to this Sources Sought. All information received in response to this Sources Sought marked "proprietary" or "confidential" will be treated accordingly. Information received in response to this Sources Sought will not be returned. The purpose of this Sources Sought is to gather information for use by the SCES program. Contracting Office Address: DITCO (PL8313) Scott AFB IL 62225-5406
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/MAC0020/listing.html)
 
Record
SN02358396-W 20110113/110111234501-103c2cbde32d1447211e602b540a3b4c (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.