SOURCES SOUGHT
D -- Navy Standard Integrated Personnel System (NSIPS)
- Notice Date
- 6/14/2011
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- 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
- MAC0031
- Archive Date
- 7/6/2011
- Point of Contact
- Matthew R. Cassady, Phone: 6182299713
- E-Mail Address
-
matthew.cassady@disa.mil
(matthew.cassady@disa.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information (RFI) for Information System Enhancements Contracting Office Address: Defense Information Systems Agency, DITCO-Scott PL8313, P.O. 2300 East Drive, Bldg 3600, Scott AFB, IL, 62225-5406 Description: PURPOSE : The Navy Standard Integrated Personnel System (NSIPS) Project Office is conducting this Request for Information (RFI) to obtain software enhancements for NSIPS. This task order requires configuration and customization of Oracle Human Capital Management, Oracle Relational Database Management System (RDBMS), and BusinessObjects XI commercial-off-the-shelf (COTS) software that provides NSIPS functionality. It also includes creation or modification of data links to external systems that support NSIPS as well the external systems. The purpose of this RFI is to determine sources with competencies and demonstrated experience in information system (IS) modifications, integration, and deployment. The area of focus is to create new functionality within both the transactional and analytical portions of NSIPS utilizing the existing NSIPS development, testing, and production environments. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. Whatever information is provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process for software enhancements to NSIPS. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. This RFI is a request for all interested parties including small businesses to describe their technical capabilities and demonstrated experience creating new functionality for existing Navy, Oracle HCM based, field level input system for pay and personnel transactions. Additionally, interested parties shall describe their technical capabilities and demonstrated experience in creating new functionality for an existing BusinessObjects based business intelligence analytical environment. Interested parties should describe their technical capabilities and demo nstrated experience with system operations, maintenance, integration, deployment, sustainment, accreditation, product evaluations, and technical support and management of Oracle HCM and BusinessObjects environments and their associated Oracle databases. Interested parties should also describe their demonstrated experience with Navy pay and personnel regulations and processes. All interested contractors are requested to provide written response to the requested information below. A response to this RFI is necessary in order to assist DISA in determining the potential levels of interest, adequate competition, and technical capability within the Small Business Community to provide the required services. In addition, this information will also be used to assist DISA in establishing a basis for developing any subsequent potential subcontract/small business participation plan and/or small business goal percentages. The acquisition has 6 tasks as listed below: Task 1 - Implement an Authoritative Data Warehouse (ADW) into a production environment. Assist the Government in gathering new requirements, and then modify code used in ADW pilot based on approved requirements. Task 2 - Assist the Government in gathering the requirements for an Enterprise Service Bus (ESB) to support Navy pay and personnel systems. Create and implement an interface for NSIPS to the ESB delineated in the approved requirements. Task 3 - Assist the Government in gathering requirements to enhance performance reporting in the Navy. The most significant change is to implement data validation at the user interface and create an automated workflow process. Create and implement functionality to enhance performance reporting based on approved requirements. Task 4 - Assist the Government in gathering requirements to modify NSIPS to enhance Navy Reserve drill scheduling. Enhance functionality of NSIPS based on approved requirements to incorporate rescheduling regular Inactive Duty Training (IDT), scheduling additional IDT and non-pay drills, and scheduling of drills related to Funeral Honors Duty. Task 5 - Assist the Government in gathering requirements to split existing Page 2 of a service member's record into two documents. Modify NSIPS to separate data in exiting Page 2 into two documents based on approved requirements. Task 6 - Assist the Government in gathering requirements for Billet Based Distribution. Modify NSIPS to support Billet Based Distribution based on approved requirements. To accomplish the tasks outlined, the vendor shall cooperate and work with the contractor supporting the existing operations and maintenance of the transactional and analytics components of NSIPS. This work must be conducted on government facilities in New Orleans, LA. Sources Sought: This Sources Sought Synopsis is requesting responses to the following criteria from interested parties that can provide the required services under the North American Industry Classification System (NAICS) Code 541712 and 541512. This Synopsis is encouraging responses from any qualified and capable source, including Small Businesses, Service Disabled-Veteran Owned Small Businesses, Veteran-Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, Small Disadvantaged Small Businesses, Historically Black Colleges and Universities/Minority Institutions, Small Business Joint Ventures, Consortiums and Teaming Partners. This Sources Sought Synopsis is issued to assist the agency in performing market research to determine whether or not there are two or more qualified and capable Small Businesses to provide the aforementioned service. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). Interested small businesses meeting the small business standard of NAICS code 541712 and 541512 are requested to submit a response to the POCs provided at the end of this release within 10 calendar days of issuance of this RFI. Late responses will not be considered. Responses should provide the business's DUNS number and CAGE code and include a statement of self certification under the NAICS code. Additionally, responses should include recent (within the past three years or work that is on-going) and relevant experience (work similar in type and scope) to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers where the responder performed the relevant work. Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the Government determining the responder is not capable of performing the scope of work required. Please note that personnel with current adjudicated DoD investigates will be required at contract award. Personnel that do not have an adjudicated investigation will not be granted access to the work site or any portion of NSIPS. Requested Information: Interested vendors are requested to submit a maximum 15 page statement of their knowledge and capabilities to perform the following: •a) Describe your experience managing the technical and functional activities associated with operations, maintenance, modifications, engineering, integration, deployment, schedule, and sustainment of Oracle (formerly PeopleSoft) Human Capital Management (HCM) implementations and BusinessObjects Business Intelligence implementations including maintaining and modifying data warehouses. The experience should include, but not be limited to: experienced technical staffing which possesses, at a minimum, a current NAC LAC investigation; and maintaining a contract workforce of at least 10 full time equivalents. •b) Describe experience and working knowledge of Navy pay and personnel programs, policy, and management. This should include specially include any experience and knowledge of Navy Reserve drill scheduling, performance appraisals, Record of Emergency Data, and billet based distribution. •c) Describe your experience in supporting or implementing system Certification and Accreditation (C&A) efforts through the DoD Information Assurance Certification and Accreditation Process (DIACAP) by providing examples of successfully fielded system deployments. •d) Describe your experience in supporting or implementing public key infrastructure architecture systems or efforts within the DoD by providing examples of successfully implementations. •e) Describe your experience and ability to work with the following software products that form the basis of the NSIPS AE. Since these products are already owned by government, and have been installed, configured, and populated with data, responses should specifically address the products vice similar software. •· Oracle HCM •· PeopleTools •· Business Objects XI •· Oracle Relational Database Management System •· Serena Dimensions configuration management software •· Hewlett Packard Quality Center, WinRunner, and LoadRunner testing software f) Describe your experience and ability to work closely with other vendors to coordinate system testing including regressions testing. Also describe experience and ability to work closely with other contractors to develop and execute a single schedule to cover the installation of any code created or modified. Responses: Interested vendors should forward their capabilities and other information to be considered to james.kissel@navy.mil. Responses to this RFI are to be submitted by and RECEIVED by 3:00 PM EST, 21 June, 2011. Responses must be single-spaced, Times New Roman, 12 point font, with one inch margins, and compatible with MS Office Word 2003. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Points of Contact: Project Manager: James Kissel E-Mail: james.kissel@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/MAC0031/listing.html)
- Record
- SN02472452-W 20110616/110614235111-68fb730fd4f7bdb0548a53bfd483b10c (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 |