SOURCES SOUGHT
D -- Independent Verification and Validation (IV&V) Support Services
- Notice Date
- 1/30/2013
- 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-13-R-AESIP
- Response Due
- 2/6/2013
- Archive Date
- 3/31/2013
- Point of Contact
- Carrie Holub, 309-782-7611
- E-Mail Address
-
ACC - Rock Island (ACC-RI)
(carrie.l.holub.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Synopsis: This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may or may not be awarded as a result of this sources sought announcement. 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. The Capability Package for this sources sought market survey is not to be a proposal, but rather responses to the questions asked below and statements regarding the Offeror's existing experience. 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 (ERP) SAP Independent Verification and Validation (IV&V) to support Project Manager, Army Enterprise Systems Integration Program (PM AESIP). AESIP is acting as the lead office and any task orders issued under the contract will support specific requirements of PM AESIP, PM Global Combat Support System (GCSS-Army), General Fund Enterprise Business Systems (GFEBS) and Logistics Modernization Program (LMP). INTRODUCTION: Mr. Ryan Larrison, Contracting Officer, Army Contracting Command - Rock Island (ACC-RI) on behalf of Project PM AESIP, under the Program Executive Office, Enterprise Information Systems (PEO EIS), is conducting market research for Enterprise Resource Planning SAP IV&V Services. This Small Business SOURCES SOUGHT ANNOUNCEMENT seeks to identify potential sources capable of providing the required IV&V services. BACKGROUND: Project Managers, AESIP, GCSS-Army, GFEBS and LMP have a requirement to provide Independent Verification and Validation (IV&V) to assist the Army in ERP programs development, synchronization and integration. ERP IV&V services ensures that ERP projects are planned and executed effectively and that enterprise risks associated with ERP technical and programmatic linkages and interdependencies are effectively captured and managed. The US Army ACC-RI, on behalf of the PM AESIP is seeking sources for ERP IV&V services. The AESIP program manages development and operation of a data integration and application hub system that provides services for the Army's ERP solutions, as well as other enduring enterprise systems via: brokering of transactional data to minimize point-to-point interfaces, provisioning and syndication of centralized master data to assure consistency of authoritative data, development of cross domain business intelligence, and analytics reports required for decision support. The AESIP hub utilizes various technologies such as message queuing, routing, data translation, and facilitation of real-time collaboration/communications between applications. REQUIREMENTS SCOPE: 1.Comprehensive ERP IV&V support services and to provide risk management and lessons learned for the ERP programs. 2.Maintain, update and manage the ERP Risk Radar; track, capture and publish lessons learned throughout development and implementation. 3.Evaluate, recommend, automated test tools and testing strategies as applied to the Program Environment. 4.Analyzes test cases against the test plan and provides regular progress reports. Make recommendations for improvement in either how the software is applied to the Program solutions set and/or how the software can be improved functionally. 5.Review all test plans, related test scripts, and proactively participate in the tests performed for the current releases. 6.Validate software test scripts and tests performed to quote mark requirement(s) quote mark for all software development tasks to determine if the ERP software is survivable, sustainable, and suitable. The nature of IV&V requires that complete impartiality be maintained. A key aspect to this requirement is that IV&V means completely non-partial party/parties perform the evaluation of the products completed by the vendor designing or performing the project. Due to the nature of IV&V any firm that currently has a contract with, or anticipates submitting a proposal for any requirement with PM AESIP, or PM GCSS-Army, or PM GFEBS, or PM LMP in the future is not eligible. 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 quote mark x11 quote mark pages, 1 quote mark 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, etc) In the Capability Package the Offeror must respond to and provide detailed answers to all of the following questions: 1. What is your company's experience specific to DoD and Army ERP/SAP contracts? 2. Describe your experience in providing IV&V on major Enterprise Resource Planning solutions that are SAP based and provide an estimate of the dollar value of that effort. Describe the pricing arrangement used in the experience examples (i.e. firm fixed price, cost plus fixed fee, cost plus award fee, time and materials, cost sharing, or cost). 3. Describe the types of roles necessitated by your method, as well as the certifications/credentials needed for each role. (For example, Database Administrator certified in SAP) role. 4. Do you currently support contracts that have the requirement of a secret or higher clearance? 5. 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? SUBMISSION OF INFORMATION: It is recommend that you limit 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 06 February 2013. Please furnish the above requested information by email only to Ms. Carrie Holub, Contract Specialist (at Email: carrie.l.holub.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/4bd257f336601e7c5306f825ccbeeb1f)
- Place of Performance
- Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
- Zip Code: 61299-6500
- Zip Code: 61299-6500
- Record
- SN02976202-W 20130201/130130234724-4bd257f336601e7c5306f825ccbeeb1f (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 |