SOURCES SOUGHT
D -- System Integrator for Increment II Integrated Personnel and Pay System (IPPS-A)
- Notice Date
- 2/29/2012
- Notice Type
- Sources Sought
- Contracting Office
- US Army, Army Contracting Command, ACC New Jersey Contracting Center, Ft. Dix, New Jersey 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-12-X-H006
- Response Due
- 3/20/2012
- Archive Date
- 4/19/2012
- Point of Contact
- John Fields, Contract Specialist, 609-562-2702
- E-Mail Address
-
John Fields
(john.w.fields.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. THIS IS FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION/REQUEST FOR PROPOSAL. This is a sources sought notice for market research purposes only. The US Army Contracting Command New Jersey at Fort Dix is conducting market research for a System Integrator to develop and implement Increment II of the Integrated Personnel and Pay System Army (IPPS-A). The purpose of this synopsis is to identify qualified sources that can meet the Army's Increment II System Integrator requirements. IPPS-A is designated a Department of Defense (DoD) Acquisition Category (ACAT) IAM program under the Milestone Decision Authority (MDA) of the Office of the Secretary of Defense (OSD) Deputy Chief Management Officer (DCMO). IPPS-A is a pre-Major Automated Information System (pre-MAIS) and a Defense Business System (DBS) program. It is managed by the Army Program Executive Office Enterprise Information Systems (PEO EIS), IPPS-A Project Management Office, in Alexandria, VA 22332. The purpose of the IPPS-A System Integrator contract is to obtain contractor services for the design, development, integration, testing, implementation, and deployment of a PeopleSoft Commercial-off-the-Shelf (COTS) product, which integrates Army Business Processes and existing Army data into a single Human Resource and pay system. Statement of Need:IPPS-A will provide integrated personnel and pay management for all components (Active, Guard and Reserve). IPPS-A will be a web-based tool, developed through the use of a COTS ERP product, available 24 hours a day, accessible to soldiers, (HR professionals, Combatant Commanders, personnel and pay managers, and other authorized users throughout the Army. The Army is developing IPPS-A using a hybrid solution that includes the use of PeopleSoft ERP software, third party products, and Agile Development to deliver integrated personnel and pay capabilities. IPPS-A is being developed in two Increments with multiple releases. Increment I, currently in development, will provide a single, multi-Component trusted database with reporting capabilities that will provide a single record for all Army Soldiers. Increment I will serve as a trusted data source for personnel and human resources data for the entire Army, allow for interface communications, and produce multi-Component reports. Increment I will provide the system infrastructure necessary to build Increment II and future releases. Increment II will deliver full integrated personnel and pay services for all Army Components, building on the trusted database and PeopleSoft foundation delivered by IPPS-A Increment I. IPPS-A Increment II will be able to link the personnel and pay functions for all Army personnel, eliminating duplicate data entry, reducing complex system maintenance, and minimizing pay discrepancies. The Army will employ incremental development for Increment II, developing capabilities in 14-18 month cycles, with fielding of capabilities every 12 months. Total system functionality will be delivered across four releases: personnel accountability, including a Soldier self-service module (Release 2.0), essential personnel services (Release 3.0), pay services, including automated pay actions (Release 4.0), and remaining personnel services (Release 5.0). Each release of IPPS-A will incrementally build upon the prior releases design and capability. The Army will use the Army PeopleSoft 9.1 ERP and Oracle 11g database capabilities developed in Increment I, along with Application Technologies outside of the core, to meet user requirements for the total system. The IPPS-A PMO fully expects the incoming System Integrator to apply patches, bundles, and feature packs to upgrade any existing custom software prior to Increment II development. In addition, if major application releases (e.g., PeopleSoft 9.2) are generally available prior to major development activities for each IPPS-A release, the System Integrator will be expected to analyze the feasibility of applying a major application upgrade, and subsequently execute the upgrade if directed by the Government. The Army seeks to engage a contract System Integrator for the total development and implementation of IPPS-A Increment II, from the transition of fielding support for Increment I through development of Increment II, Releases 2-5, until attainment of Full Deployment (FD) and transition to a post-deployment sustainment support contractor. The anticipated scope of the work shall include:Program ManagementInformation AssuranceApplication SecuritySystems EngineeringTechnical ArchitectureSoftware Configuration and DevelopmentSystem IntegrationData Management and Data MigrationEnvironment Development and ManagementDisaster RecoveryDesign ReviewsLife-Cycle ManagementIntegrated Logistics SupportTest and EvaluationClassified Products SupportTransition Prospective IPPS-A System Integrator contractors shall ensure that a broad range of expertise is available in the disciplines listed above in order to meet the programs requirements. Prospective contractors shall also demonstrate experience in ERP implementation, Agile and modular development, and incorporation of inventive and evolving technologies in a cost-effective and proficient manner that will advance its performance and support to the IPPS-A project. The prospective contractor shall also have knowledge of Federal Accounting Standards Advisory Board (FASAB), Federal Financial Management Improvement Act (FFMIA), Financial Improvement and Audit Readiness (FIAR), Human Resources and Army Pay Systems, and Defense Finance and Accounting Service (DFAS) processes and operations. In addition to these standards, the IPPS-A system and data must be compliant with the DoD Business Enterprise Architecture (BEA) and follow Common Human Resources Information Standards (CHRIS) from design through sustainment. A draft Performance Work Statement (PWS) has been attached to this notice for a more specific description of the type of services that may be required. Capability Statement:An interested source may provide a corporate capability statement. The statement shall explain why the source believes that it has the technical capability to meet the Governments requirements to include experience of personnel, organizational history on meeting this or similar requirements, corporate acumen in managing large ERP implementation projects and government contracts of the same or similar nature, experience implementing the products identified above, and ability to expand its workforce to perform multiple, concurrent, tasks, e.g., through teaming, hiring, internal reassignment, etc. The statement shall include the sources website address; most relevant Government or corporate client (one client reference only); business size and applicable NAICS codes; socio-economic status; number of employees; and annual revenue for the last three Government fiscal years. The client reference must be for work relevant to this requirement performed within the last three years and include the agency supported, a client point of contact, whether the work was performed as a prime or a subcontractor, delivery date or period of performance, and a brief description of the effort. This statement shall not exceed 10 pages. The page limit does not apply to advertising material such as company brochures and catalogs. This information will be used for market research and analysis to determine what capabilities currently exist. This notice should NOT be construed as a request for proposal or any obligation on the part of the U.S. Government. No award will be made from this announcement. No telephone calls and/or request for solicitation information will be accepted or acknowledged. Interested parties ARE REQUIRED to provide contractor name, address, and information regarding any Government contracts that they may hold such as the Computer Hardware, Enterprise Software and Solutions (CHESS) contract vehicle or General Services Administration (GSA) multiple awards schedule (MAS) that may satisfy this potential requirement. Response Format:Responses shall be single-spaced, 12-point font, and not less than one inch margins. Based on the page limits set forth above, the total length of the response shall not exceed 10 pages, excluding company brochures and catalogs. In accordance with FAR 15.201(e), a response to this synopsis is not an offer and cannot be accepted by the Government to form a binding contract. Response to this synopsis is voluntary. The Government will not award a contract on the basis of this synopsis, nor pay for information provided in response to this synopsis. This information will not be returned. Corporate information marked Proprietary, such as non-public pricing or bid strategy, will be safeguarded, but the Government may use comments or suggestions about the IPPS-A acquisition in any way that the Government chooses. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this synopsis. The final requirements and acquisition strategy for the IPPS-A program may be different from what is described in this synopsis. Responses to this synopsis shall be sent via email to John Fields at john.w.fields.civ@mail.mil no later than 20 March 2012. A proposed Industry Day is forecasted for the 1st week in April 2012 with the place and time to be determined later. If a formal solicitation is generated at a later date, a solicitation notice will published and a performance work statement shall be provided. Acquisition Strategy:The Government intends to award one System Integrator contract which will include Small Business Subcontracting goals. The geographic scope of the contract will include CONUS and OCONUS. The contract will be performance-based. The contract will be a five (5) year contract that will include cost type and firm fixed priced line items. A best value evaluation will be performed in accordance with FAR Part 15. The Government will select the proposal that is determined to be most advantageous to the Government. The applicable NAICS code is 541511. The applicable PSC is D307 Automated Information System Design and Integration Services. Pricing Strategy:The Government intends to utilize a combination type contract that includes both cost type and firm fixed price tasks. Organizational Conflicts of Interest (OCI):Interested sources are advised that the provisions of FAR Subpart 9.5 concerning OCI will govern the IPPS-A system integrator contract and that potential OCI with current and future procurements and programs may exist, in accordance with FAR 905-1 through 9.505-4, because of the tasks within the scope of the work, such as design, software configuration and development, and testing.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ad3ca2b369d74f5e67ce8373d2d82511)
- Record
- SN02685878-W 20120302/120229235029-ad3ca2b369d74f5e67ce8373d2d82511 (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 |