MODIFICATION
D -- ARMY COST MANAGEMENT (ACM) SERVICES - 11 May 2018 Q&As
- Notice Date
- 5/11/2018
- Notice Type
- Modification/Amendment
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W91CRB ) Division D, 6515 Integrity Court, Building 4310, Aberdeen Proving Ground, Maryland, 21005-3013, United States
- ZIP Code
- 21005-3013
- Solicitation Number
- W91CRB18R0044
- Archive Date
- 6/5/2018
- Point of Contact
- Alexander S. Obriwin,
- E-Mail Address
-
alexander.s.obriwin.civ@mail.mil
(alexander.s.obriwin.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- 11 May 2018 Q&As SOURCES SOUGHT - ARMY COST MANAGEMENT (ACM) SERVICES, W91CRB-18-R-0044: On behalf of the Office of the Deputy Assistant Secretary of the Army for Cost & Economics (DASA-CE), the Army Contracting Command-Aberdeen Proving Ground (ACC-APG) is issuing this Sources Sought Notice as a means of conducting market research to identify parties having an interest in and the resources to support a requirement for enhanced cost, data and performance analysis capabilities through the leveraging of Enterprise Resource Planning (ERP) systems to provide Army senior Leaders and Commanders the information they need to make resource informed decisions which is the desired end state for cost management. The intention is to procure these services on a competitive basis. PLACE OF PERFORMANCE: Remote working will be permitted; contractor will be required to support personnel located in the Pentagon, and Fort Belvoir, VA. DISCLAIMER THIS IS NOT A REQUEST FOR PROPOSALS OR BIDS. This Sources Sought is for informational purposes only. It does not constitute a solicitation and shall not be construed as a commitment by the Government for any purpose. Responses in any form are not offers and the government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this notice is strictly voluntary. Responses will not be returned to the responder. A vendor's decision not to respond to this notice does not preclude participation in any future solicitation, if one is issued. If a solicitation is released, it will be synopsized on the Government-wide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. PROGRAM BACKGROUND With the deployment of Enterprise Resource Planning (ERP) systems, such as the General Fund Enterprise Business System (GFEBS), Global Combat Support System - Army (GCSS-A), Logistics Modernization Program (LMP), and Integrated Personnel and Pay System - Army (IPPS-A), the necessity of integrating managerial cost accounting with performance data to assist Army leaders in making resource informed decisions is obvious. In support of the Army Enterprise, the DASA-CE Chief of Cost and Performance Management Division, as the sponsor of Cost Management Services, is developing an Army Cost Framework (ACF) to define, coordinate, integrate, and automate the cost and performance data needed for timely decision making and resource management of end-to-end business processes, such as, Order to Cash, Procure to Pay, Budget to Report, Cost Management, and Planning Programming Budgeting Executing (PPBE). An earlier contract incorporated activities associated with both the Army Cost & Performance (C&P) Portal (now re-designated the Cost Management Portal) and Cost Management Services. As both efforts have matured and become well-defined, the Cost Management Portal and Cost Management Services are now separate activities and contractual efforts. To support on-going DASA-CE Cost Management Service activities, there is a requirement for subject matter experts knowledgeable of ERP integration, the Systems, Applications, and Products (SAP) software and systems implementing them, as well as, the design and implementation of frameworks capable of supporting resource informed decision making throughout, and at all levels, of the Army Enterprise. REQUIRED CAPABILITIES The Contractor shall provide all personnel labor, equipment, tools, materials, and support necessary to perform services in support of leveraging the ERPs to support Army decision making with a focus on linking cost to performance. Further detail is provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1). If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored Capabilities Statement addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability, as detailed below. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. SPECIAL REQUIREMENTS: Personnel and Facility Security Clearances- All contractors must either possess an active secret security clearance or be in process for a secret clearance prior to working with any data or systems related to GFEBS or the Cost and Performance Portal. GFEBS-SA requires Top Secret security clearances. ELIGIBILITY The applicable NAICS code for this requirement is 541513 with a Small Business Size Standard of $27.5 Million. The Product Service Code is D318. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A draft Performance Work Statement (PWS) is attached for review. (Attachment 1) Interested parties are requested to submit a capabilities statement of no more than fifteen (15) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 2:00 pm, EST, 21 May 2018. All responses under this Sources Sought Notice must be e-mailed to alexander.s.obriwin.civ@mail.mil. This documentation must address at a minimum the following items: 1. Vendor's business name, point of contact, address, and DUNS number. 2. Indication of the concern's current certified business and socioeconomic status/category and small business size status specifically under NAICS code 541513 or alternate recommended NAICS code if the vendor believes an alternate NAICS code is applicable; this indication should be clearly marked on the first page of the capabilities statement. 3. A statement or explanation of the company's background, technical expertise, experience, staffing, and other capabilities that demonstrate the company's ability to perform the required services identified in the PWS. 4. What type of work has your company performed in the past in support of the same or similar requirement? 5. Can or has your company managed a task of this nature? If so, please provide details. 6. Can or has your company managed a team of subcontractors before? If so, provide details. 7. What specific technical skills does your company possess which ensure capability to perform the tasks? 8. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this PWS for the base period as well as the option periods. 9. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 10. Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women- Owned, HUBZone, Service Disabled Veteran-Owned Small Business Concern, or 8(a) entity. 11. Include in your response your ability to meet the requirements in the Facility and Safeguarding section of the PWS. 12. Does this requirement appear to be appropriate for a firm fixed priced (FFP) acquisition? If not, please provide an explanation as to why, the type of contract that is appropriate including an explanation as to why this contract type is most appropriate. a. If a portion of this PWS can be FFP, please specify. 13. Describe your level of experience with the SAP Controlling (CO) module and Financial Accounting (FI) module particularly with in the Federal Government. 14. As regards the CO module within SAP, what T-codes are you familiar with? 15. Detail the workings of the KB15N and KB21N SAP T-codes. 16. What is the extent of your experience with the federation of master data? 17. What insights can you bring from prior implementations and/or subject matter expertise, both functional and technical to ensure success in Cost Management for the Army Enterprise? 18. Describe the "cost capture" process and the considerations you use to decide on the centralization and decentralization of master data. 19. In the context of SAP's Project Systems (PS) module, what is your experience with its implementation and subsequent training of users? 20. Have you had any exposure to any of the US Army's implementation of SAP ERPs such as GFEBS, IPSS-A, LMP, GCSS-A? What is the extent of that experience? What was your role? 21. Documentation is essential to all SAP implementations. Describe how you develop key documents, validate them, and keep them current. 22. SAP implementations involve a spectrum of cost objects. How do you identify which cost objects are inappropriate for cost management tasks and objectives? 23. What was the most challenging problem related to an SAP implementation which you have confronted? How did you resolve it? 24. Describe the task and issue management system you prefer and works best? 25. How do you track performance and communicate issues with your customers? 26. Give at least two examples of your sustained management of the business model life cycle from initial planning through to implementation. How do you determine a successful implementation? 27. Describe assessment cycles and costing sheets and your experience with setting them up. 28. How recent is your experience, if any, with the deployment of CO and Project Systems (PS) functionality for an organization? What was the scope of this effort and your role? 29. How do you go about the verification of a labor posting? 30. Describe your experience at using data analytics to identify a problem or raise awareness of an issue? 31. What tools have you used regarding data analytics? In addition, the vendor's capabilities statements should answer the following questions: A. From a personnel resource stance, does your company have sufficient human capital assets in the area of business process transformation to support a project of this size and scope? B. Does your company have a current approved DCAA Cost and Accounting System? C. Does your company believe a different NAICS code should be considered for this PWS? If so, please provide recommendations with supporting rationale. D. Does your company have interest as a prime or subcontractor? E. What contract type does your company believe would be the best fit for this requirement, based on the contents of the PWS? F. Which elements or proportions of the PWS would your company subcontract rather than perform with your own resources? G. Does this Performance Work Statement (PWS) provide sufficient information for you to submit a proposal? If not, what additional information is required? H. Are there any ambiguities that require clarification? I. Are the standards of performance clear? J. Are there additional standards that should be incorporated? K. Is the vendor aware of any General Services Administration (GSA) Schedules or Government-wide Acquisition Contracts (GWACs) that could satisfy this requirement? Specifics regarding the period of performance will be provided in the solicitation. Your response to this Sources Sought, including any Capabilities Statements, shall be submitted VIA E-MAIL ONLY to the Contracting Officer, Alexander S. Obriwin, in Portable Document Format (PDF), at alexander.s.obriwin.civ@mail.mil All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the point of contact identified above via email only, and the subject line should clearly reference the title and solicitation number of this requirement. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/cd32af810f0e2c0de010eb868ccc6e6d)
- Place of Performance
- Address: Pentagon, Washington DC and Fort Belvoir, VA, United States
- Record
- SN04919718-W 20180513/180511230815-cd32af810f0e2c0de010eb868ccc6e6d (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 |