Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2012 FBO #3926
SOURCES SOUGHT

D -- Enterprise Resource Planning SAP Technical Management Support Services (ERP SAP TMSS)

Notice Date
8/22/2012
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-12-R-AESIP
 
Response Due
9/5/2012
 
Archive Date
11/4/2012
 
Point of Contact
Jennifer Reisen, 309-782-0325
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(jennifer.m.reisen.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is not a solicitation. This Small Business SOURCES SOUGHT ANNOUNCEMENT is a market survey for information and planning purposes only. The announcement will not commit the Government in any way or at any time, into entering into a contract with any of the terms specified below. Do not construe it as a commitment by the Government or an announcement and it is not a solicitation as defined by FAR 2.10. The Government is not requesting offers or proposals at this time. This sources sought notice does not commit the Government to contract for any supply or service. Only organizations currently registered as a small business under NAICS code 541512, Computer System Design Services, with a size standard of $25.5 million are to submit a Capability Package. Information or ideas submitted to the Government may be used in formulating its acquisition strategy or technical approach and therefore, permission to use the information for these purposes is inherently granted with the submission. The Government will not pay for any information or administrative cost incurred as a response to this announcement. No proprietary, classified, confidential or sensitive information should be included in your response. The purpose of this announcement is to conduct a market survey of certified Small Businesses that have the capability to provide Enterprise Resource Planning SAP Technical Management Support Services (ERP SAP TMSS) to support Project Manager, Army Enterprise Systems Integration Program (PM AESIP). Each task area outlines the services required to augment all ERP programs in the successful analysis, design, development, deployment, fielding, training and sustainment of a converged ERP environment. Any task orders issued under the contract supports specific requirements of PM AESIP. In order to meet the objectives established it is expected that the contractor will possess detailed knowledge of the Army ERP systems environments, as well as, all required experience, technical knowledge and qualification credentials necessary to meet the task requirements. INTRODUCTION Ms. Babette Murphy, Contracting Officer, Army Contracting Command - Rock Island (ACC-RI) on behalf of Project Manager, Army Enterprise Systems Integration Program (PM AESIP) under the Program Executive Office, Enterprise Information Systems (PEO EIS) is conducting market research for Enterprise Resource Planning SAP Technical Management Support Services (ERP SAP TMSS). This Small Business SOURCES SOUGHT ANNOUNCEMENT seeks to identify potential sources capable of providing the required services. BACKGROUND PM AESIP provides hub services, master data management and business intelligence reporting capabilities to all deployment and development activities of the Army's Enterprise Resource Planning SAP programs. To provide these services, the AESIP hub utilizes various technologies such as message queuing, routing, data translation, and facilitation of real-time collaboration/communications between applications. PM AESIP is the PEO EIS lead for the integration and implementation of the Army ERP SAP federation, transition, and convergence strategies. REQUIREMENTS SCOPE The scope of this announcement is to provide the Enterprise Resource Planning SAP Technical and Support Services (ERP SAP TMSS) for PM AESIP. Each task area outlines the services required to augment all ERP programs in the successful analysis, design, development, deployment, fielding, training and sustainment of a converged ERP environment. Specifically, the support services include ERP business process management and ERP SAP solution implementation, ERP integration support, briefings and scientific reports, and program management support for the follow areas: Project/Product Management: Program Planning and Analysis Quality Assurance/Quality Management Training Enterprise Resource Planning ERP Business Process Management ERP SAP Solution Implementation Architecture Modeling and Development ERP Integration Support Briefings and Scientific Reports INSTRUCTIONS TO COMPANIES This is a request for information only. Do not submit a proposal or quote. The answers to the questions below should total no more than 10 pages maximum, single spaced (Microsoft Word or.pdf attachments are preferred), (8"x11" pages, 1" margins, 12pt font, including any tables, diagrams, etc.) including the following: Name of Company: CAGE Code: Address: Point of Contact: Phone Number: Fax Number: Email Address: Proposed Contract Vehicle if any (Example: GSA, Army CHESS, ect) Indicate specific capabilities and experience in performing the described requirement by specifically delineating any US Government contract and/or subcontract numbers and/or any commercial contracts, a description of those requirements, periods supported, type of contract, was your company a prime or subcontractor, and approximate value of support rendered. SET OF QUESTIONS In addition to the information above, each company must answers the following questions, within the specified page limitation: 1.What is your company's experience specific to DoD and Army ERP/SAP contracts? 2.Does your company have ERP/SAP functional and technical experience? (Functional is defined as experience with applications whereas technical is defined as experience with operations and/or configuration of systems to support the applications layer.) 3.Does your company have the functional and technical experience as a prime contractor? (Functional is defined as experience with applications whereas technical is defined as experience with operations and/or configuration of systems to support the applications layer.) 4.Based on the list of requirements outlined above, do you think your company would propose for this effort as a prime contractor performing at least 51% of the work? Would you plan to team with subcontractor(s)? If so, describe the subject matter and approximate percentage of work that your company would be likely to perform as a prime contractor. How would you manage a suite of subcontractors under this contract? 5.What has your experience been with Indefinite Delivery/Indefinite Quantity (IDIQ) contracts? 6.What has your experience been with ERP/SAP contracts that contain a wide-range of tasks, expertise, and skill-sets? If you have worked a contract of this sort, how were the requirements split? 7.Does your business have a DCAA approved cost accounting system? SUBMISSION OF INFORMATION Recommend limiting the use of marketing materials in order to provide more substantive information in your written responses. Companies should submit the information requested above no later than Close of Business Wednesday, 5 September 2012. Please furnish the above requested information by email only to Ms. Jennifer Reisen, Contract Specialist (at Email: jennifer.m.reisen.civ@mail.mil). Information provided above and beyond the information requested in this announcement (appendices, brochures, catalogs, etc.) will not be reviewed by the Government. Any company responding to this notice should ensure that the response is complete and sufficiently detailed to allow the Government to determine the company's qualification to perform work. Companies are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to companies with respect to the information submitted. The Army will evaluate the responses to help identify interest and the ability of the small business community to provide support in the areas outlined in this announcement. All information received in response to this notice will be marked PROPRIETARY and handled accordingly. Proprietary information will be safeguarded in accordance with applicable government regulations. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Responses to this notice will not be returned and respondents will not be notified of the results of the evaluation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/654c430be8e830cc24bbe048924170a5)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN02850034-W 20120824/120823000339-654c430be8e830cc24bbe048924170a5 (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.