SOLICITATION NOTICE
D -- Concerto Software Maintenance and Services
- Notice Date
- 2/11/2015
- Notice Type
- Presolicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN15R0068
- Response Due
- 2/20/2015
- Archive Date
- 4/12/2015
- Point of Contact
- michael bush, 6095624054
- E-Mail Address
-
ACC - New Jersey
(michael.a.bush89.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information (RFI) for CONCERTO THEORY OF CONSTRAINTS (TOC) CRITICAL CHAIN MULTI-PROJECT MANAGEMENT (CCPM) SOFTWARE MAINTENANCE AND SERVICES Contracting Office Address: Army Contracting Command - New Jersey (ACC-NJ) 5418 S. Scott Plaza,, Fort Dix, NJ 08641 Description: The Department of Defense (DoD) requires the maintenance and sustainment of Theory of Constraints (TOC) concepts and techniques for major programs at DoD sites, including three Air Force Air Logistics Centers (ALCs) in Ogden, UT; Warner Robins, GA; and, Oklahoma City, OK; and, the Naval Fleet Readiness Centers (FRCs) in Jacksonville, FL and Cherry Point, NC. The TOC methodology focuses on process improvement designed to increase throughput, reduce work in process, and reduce process cycle time. To successfully expand and enhance TOC implementation efforts, the DoD must continue to maintain and support the Commercial-Off-The-Shelf (COTS) Concerto TOC critical chain multi-project management (CCPM) software solution at the above-mentioned sites. The scope of this contract will include support services required to maintain, deploy and sustain the Concerto CCPM application at existing Concerto sites and potential future DoD sites after they have separately purchased Concerto licenses, and to support special projects involving these sites that may occur from time to time. Services may include maintenance, implementation and training. 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. Sources Sought: This Sources Sought is requesting responses to the following criteria from businesses that can provide the required services under the North American Industry Classification System (NAICS) Code 511210, Software Publishers. The scope of this effort is to On-site and off-site consultation providing technical and functional expertise, primarily involving on-site support but on occasion off-site support. The on-site support shall include implementation assistance, training on software configuration, organizational roles and responsibilities, management processes, operational use and other support as required. Annually renewable software maintenance consisting of regular application upgrades, correction of software errors, and access to a toll-free help desk for existing sites which currently use a Concerto CCPM software package and new sites. The Help Desk shall be available Monday through Friday during the sites' normal business hours to provide functional and technical application support. Help Desk support is not required on Federal holidays. The contractor's implementation consultant(s) shall be Program Managers (PMs) and TOC Subject Matter Experts (SME) on Concerto and have proven experience implementing TOC/CCPM in large, complex DoD environments, and general knowledge of TOC concepts and CCPM specifically. The TOC SME shall independently apply subject matter expertise to CCPM implementations. The TOC SME shall investigate, analyze, plan, design, develop, implement, or evaluate solutions for CCPM implementation efforts and provide expert level issue resolution and recommendation support to achieve CCPM implementation and post-implementation support. Specialized expertise may include, but is not limited to, the following functional areas: logistics, maintenance, supply, and information management. The PM shall use expertise in managing large enterprise-level Concerto CCPM implementations to act as the overall manager and administrator for the contract effort; serve as the working level primary interface and Point Of Contact (POC) with Government program authorities and representatives on program / project and contract administration issues; supervise program / project operation by developing management procedures and controls, planning and directing project execution, and monitoring and reporting progress; manage acquisition and employment of program / project resources; and manage and control financial and administrative aspects of the program / project with respect to contract requirements. The PM shall have the ability to plan, organize, direct and control multi-disciplinary project efforts to successful conclusion within time and budget. Places of performance in support of this effort shall be primarily performed at existing Concerto implemented sites at the ALCs in Ogden, UT, Warner Robins, GA, and Oklahoma City, OK and the Navy FRCs in Jacksonville, FL and Cherry Point, NC, and other DoD sites that may procure the Concerto CCPM software. Estimated period of performance is May 2015 through April 2020. Requested Information: Interested vendors shall provide capability statements that satisfy requirements defined above. Capability statements shall be no more than 12 pages in length, Times New Roman 12 point font minimum, (excluding the attached Personnel Availability Table) demonstrating ability to perform the services listed above. Capability statements shall address, at a minimum, the following: (1) Company profile to include: company name, company address, points-of-contact information including name, phone number, fax number and e-mail address, number of employees, annual revenue history, office location, CAGE code, DUNS number, and current business size status under associated NAICS codes; (2) Prior/current DoD-specific Concerto experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract value, Government point of contact, and a brief description of the specific task areas in the referenced contract as it relates to the services described above (3) Describe experience and capabilities in regards to your company's ability to manage DoD-specific Concerto implementation tasks of this nature and size. In your response, provide details of your management plan for ensuring the resultant contract would be staffed with qualified personnel. Staffing plan should address current hires available for assignment, possible subcontracting/teaming arrangements, and strategy (contingency hires) for recruiting and retaining qualified personnel. In addition, the attached Personnel Availability table should be completed to demonstrate the ability to staff this effort. Responses: Firms who wish to respond to this should send responses via email NLT Friday, 20 February 2015; 4:30 p.m. Eastern Daylight Time (EDT). The response should not exceed a 5 MB e-mail limit for all items associated with the RFI response. Interested vendors should forward their capabilities and other information to be considered to: michael.a.bush89.civ@mail.mil. 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 personnel 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. No solicitation is being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Interested parties must respond to this notice to be considered for future solicitations associated with this effort. Any information provided by industry to the Government as a result of this sources sought is voluntary. Responses will not be returned. No entitlements to payment of direct or indirect cost or charges to the Government will arise as a result of contractor submission of responses or Government use of such information. The information obtained from industry responses to this notice may be used in the development of the acquisition strategy and future requests for proposal. POCs Information: Michael A. Bush Contract Specialist Army Contracting Command - NJ 5418 S. Scott Plaza Joint Base MDL, NJ 08641 Telephone: 609-562-4054 Email: michael.a.bush89.civ@mail.mil Linda A. Schmidt Contracting Officer Army Contracting Command - NJ 5418 S. Scott Plaza Joint Base MDL, NJ 08641 Telephone: 609-562-7357 Email: linda.a.schmidt12.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a57631e46740fab177a114f0240d67c0)
- Place of Performance
- Address: ACC - New Jersey Center for Contracting and Commerce, Building 10 Phipps RD Picatinny Arsenal NJ
- Zip Code: 07806-5000
- Zip Code: 07806-5000
- Record
- SN03640153-W 20150213/150211234939-a57631e46740fab177a114f0240d67c0 (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 |