Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2011 FBO #3505
SOURCES SOUGHT

70 -- RFI F41999-11-I0103; Labor Management Solution - Labor Management Solution

Notice Date
6/28/2011
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force Services Agency, HQ AFSVA - AFNAFPO, 10100 Reunion Place, Ste 304, San Antonio, Texas, 78216-4138
 
ZIP Code
78216-4138
 
Solicitation Number
F4199911I0103
 
Point of Contact
Mignon Tolbert, Phone: 210-395-7828, Cedric K. Henson, Phone: 210-395-7824
 
E-Mail Address
Mignon.Tolbert@us.af.mil, cedric.henson@us.af.mil
(Mignon.Tolbert@us.af.mil, cedric.henson@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Labor Management Solution description. 1. Introduction. The Headquarters Air Force Services Agency (HQ AFSVA) seeks information and pricing to obtain and sustain a replacement for the current time and labor management solution. AFSVA is particularly interested in gathering information regarding a web based solution, however, AFSVA will accept information on any viable solutions. AFSVA requests information and pricing for a complete solution to include but not limited to: architecture, hardware, operating solution, licensing, installation, training, help desk support, and maintenance and support. Responses should include standard maintenance and helpdesk packages and price, including estimated price differentials for contractor hosted vs AFSVA hosted services. System scalability information is specifically requested. Responses should include measured system response times for similar sized implementations. Responses may include industry standards, benchmarks, and best practice information regarding time and attendance/labor management solutions. To aide you in providing your response to this RFI, we have included information about AFSVA's operational environment. 2. Respondents' Replies to RFI. To maintain consistency and equality in this process, vendors are requested to use the structure outlined below for their response. • Cover Page • Vendor Name • Vendor Address • Contact information for the vendor representative • Response to the substance of this RFI • Brochures and/or other literature While hardcopy is acceptable, e-mail is the preferred submission method. The file should be in Adobe Acrobat or Microsoft Word format. It should be sent to the POC listed in the FBO announcement no later than 12 JUL 11 at 12:00 pm CDT. AFSVA will not provide reimbursement for any expenses incurred in connection with this RFI including costs of preparing a response, providing any additional information, or preparing/presenting a software demonstration. 3. Air Force Services Operational Environment. The AFSVA is a globally distributed major business operation that can be compared to a Fortune 500 commercial company. The AFSVA requires the ability to generate time and attendance information necessary to handle approximately 45,000 users located at 2,500 locations at approximately 110 installations in the United States, the United Kingdom, Europe, Greenland, Japan, and Korea. All employees are paid in US currency and are US citizens, US residents, or have US work permits. AFSVA utilizes Oracle e-business suite financials version 11.5 (commercial) for payroll. AFSVA's operational platform is SUN UNIX. The solution must be able to interface using industry standard interfaces, such as ODBC, XML, or interface directly to Oracle. AFSVA reserves the right to request software demonstrations from any prospective vendor. If desired, demonstrations will be scheduled on a non-interference basis during the remainder of the current calendar year. 4. Basic Air Force Services Needs. The Air Force Services Agency seeks information on secure solutions to allow Air Force Nonappropriated Fund Activities worldwide to track time and attendance for employees. Information is sought on systems with the ability to generate time and attendance information. The existing solution has approximately 1,000 time clocks and 2,500 activities located at 110 US Air Force Bases in the United States, Europe, Greenland, Japan, and Korea. All employees are paid in US currency and are US citizens, US residents, or have US work permits. Information is sought on solutions which meet the following minimum criteria: • Provide a secure solution that allows Air Force Non-Appropriated Fund Activities worldwide to input and track, the time and attendance for employees. • Interface with Oracle per section 3 above. • Ability to enter time and attendance and hold schedules. • Ability to support 40,000 to 45,000 users accessing system simultaneously. • The system must have the ability to create time records based on scheduled hours without the employee having to clock in and out. • Allow the managers/supervisors to create schedules, and produce reports. • Web based capability and system scalability. • Compliance with federal laws concerning Personally Identifiable Information (PII). The product must securely maintain all PII and safeguard from intrusion and theft. • The system and hosting infrastructure must meet DOD 8510.01 and DOD 8500.2 information assurance security controls and compliance standards. • Describe method of data collection (Clocks or Kiosks). 5. Requested Information. Respondents are requested to provide the following information: • A brief overview of your company and its products/services (Brochures). • Name, address, and telephone and facsimile number of a Point of Contact. • Describe the features and components (recommended and optional) of any hardware or software proposed as part of the solution. • Describe hosting services provided. Please provide the cost differential between hosting and not hosting. • Description of your standard maintenance and helpdesk packages and their cost. • Responses should include measured system response times for similar sized implementations. Responses may include industry standards, benchmarks, and best practice information regarding time and attendance/labor management solutions. • Request information regarding implementation, fielding, field guidance, and sustainment services needed to support all Air Force Services entities worldwide. • Describe your firm's standard training package. • Describe all of the training alternatives available for your solution. • Does your company have an existing relationship with DoD? If so, briefly describe the number of years your software has been installed and number of locations. Please provide a point of contact. If not, please provide industry referrals. • Request information and pricing for a complete solution to include but not limited to: architecture, hardware, operating solution, licensing, installation, training, help desk support, and maintenance and support. This RFI is for planning and information purposes only and shall not be construed as a request for proposal or as an obligation on the part of the Government to acquire any follow-on acquisitions. The Government does not intend to award a contract on the basis of the RFI or otherwise pay for the information solicited. No entitlements to payment of direct or indirect costs or charges by the Government will arise as a result of a submission of responses to the RFI and Government use of such information. No responses will be forthcoming to the respondents of this letter.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSVA/AFNAFPO/F4199911I0103/listing.html)
 
Place of Performance
Address: HQ AFSVA, 2261 Hughes Ave, Ste 156, Lackland AFB, Texas, 78253, United States
Zip Code: 78253
 
Record
SN02483887-W 20110630/110628234425-03e0ea1d3fe0c588abebbdf0d3a1b687 (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.