Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 07, 2020 SAM #6918
SPECIAL NOTICE

99 -- Financial Accounting Management Information System - Intent to Sole Source

Notice Date
11/5/2020 11:29:00 AM
 
Notice Type
Special Notice
 
Contracting Office
DEFENSE INFORMATION SYSTEMS AGENCY FORT MEADE MD 207550549 USA
 
ZIP Code
207550549
 
Solicitation Number
621600387
 
Archive Date
12/05/2020
 
Point of Contact
Delbert Spriggs, Quinton Smith
 
E-Mail Address
delbert.d.spriggs2.civ@mail.mil, quinton.a.smith.civ@mail.mil
(delbert.d.spriggs2.civ@mail.mil, quinton.a.smith.civ@mail.mil)
 
Description
The Federal Financial Management Improvement Act (FFMIA) of 1996 requires federal agencies to implement and maintain financial management systems that comply substantially with federal financial management systems requirements, applicable federal accounting standards, and the United States Standard General Ledger (USSGL) at the transaction level. The Office of Management and Budget (OMB) issued Circular A-127, Financial Manage-ment Systems (as revised on 9 January 2009), to implement FFMIA and establish specific requirements for federal financial systems. These requirements are embodied in the FFMIA checklists and include mandatory require-ments.� OMB Circular A-127 was replaced by OMB Circular A-123, Management�s Responsibility for Enterprise Risk Management and Internal Control, Appendix D, on 01 October 2013.� OMB A-123 latest publication date is 15 July 2016. The intent of this requirement involves information technology (IT) support for the necessary services, and products to deliver a turn-key fully operational FAMIS-WCF capability. These services shall include maintenance, operation, and sustainment of the previously acquired FAMIS-CS Mod system present-ly deployed in the DISA Defense Enterprise Computing Center(s) (DECCs). The required services shall include: a)���� Providing Tier 2, and Tier 3 support for the current operational FAMIS-CS Mod system previously acquired; b)���� Planning, managing and performing tasks such as coordinating technical interchange meetings with systems owners, users, and operations and maintenance entities to identify gaps, gather, decompose and allocate requirements to functions, and catalog these requirements. Perform analysis and present formal reports comparing contractor gathered requirements with the government provided preliminary requirements set; c)���� Identifying gaps and proposing Business Process Reengineering (BPR) activities, including generation of workflows, and use cases to maximize the out-of-the-box capabilities of the commercial software to provide solutions to identified requirements; d)���� Providing DISA an ERP capability, compliant with Federal statutes, regulatory accounting standards, and systems such as those detailed in the FFMIA, USSGL, OMB Circular A-123 (revised as of 15 July 2016), BEA, the Treasury Department�s IPP, IGT initiatives, the DoD�s Delinquent Debt Management Initiative, and other requirements uncovered during the discovery phase of this project; e)���� Developing and providing an analysis report that identifies and maps all FAMIS-WCF requirements to: 1)���� Existing software packages used in the currently deployed FAMIS-CS Mod system; 2)���� Additional Commercial Off-the-Shelf (COTS) Oracle Financial modules that the Contractor shall procure, configure, and furnish to the government; 3)���� Any �bolt-on� commercial products that the Contractor shall procure, configure, and furnish to the government; 4)���� Any business process reengineering solutions to existing workflows and use cases to maximize the out-of-the-box commercial software capabilities; and 5)���� Proposing any unique custom software - not provided for configuration in the Oracle Financials suite. The Contractor shall request government permission to develop, provide and implement the full BPR requirements. f)����� Designing, developing, and delivering engineering architectures, baselined software code, licenses, and operational systems that compose the FAMIS-WCF capability to support the DISA enterprise; g)���� Presenting the Contractor�s management strategy, including an Integrated Master Schedule (IMS) for procuring or building software modules, transferring licensing to the government, identifying ports and protocols of applications for CyberSecurity certification purposes, ensuring modules or applications deliveries are on schedule to implement the identified instances for delivering the FAMIS- WCF capability; h)���� Managing and performing tasks to fully subsume and/or integrate functionalities and interfaces of the legacy systems identified during the requirements discovery phase into the FAMIS-WCF system; i)����� Designing and implementing configuration management processes and methods compatible with DISA�s configuration and change management schemes for managing configurations of the defined configuration items for the identified instances during development, testing, deployment, operations certification and maintenance phases of the project. DISA�s Forge.mil and Subversion configuration management capabilities shall be used; j)����� Delivering and maintaining status, engineering diagram packages, analysis reports, detailed issue and point papers, root cause analysis, required checklists and slide presentations in support of the project; k)���� Identifying Net Ready - Key Performance Parameters (NR-KPP) for qualification, government acceptance, and Joint Interoperability Test Command (JITC) Interoperability Certification testing; l)����� Performing all requisite analysis, completing studies and documentation, gaining approvals, building capability, integrating, and implementing different instances of the FAMIS-WCF solution in the milCloud, milCloud+ and/or milCloud2; m)��� Planning, coordinating and delivering finished products by performing module and integration level development, qualification acceptance, and government acceptance tests, including JITC�s Interoperability testing; n)���� Producing artifacts and acquiring Information Assurance certifications using the Risk Management Framework; o)���� Providing systems engineering, Information Systems Security Manager (ISSM) and Information Systems Security Officer (ISSO) staff support to develop and deliver an operational FAMIS-WCF ERP capability. During phase I and phase II, the Contractor shall develop, document designs, data migrations, Interoperability (IOP), integrate, manage configurations, test, deploy, train, maintain, resolve software bugs, ensure information assurance compliance and various certifications, develop plans and migrate small sets of cleansed and normalized data from legacy systems to support tests; provide Tier 2 and Tier 3 support; and provide operations and maintenance support for the Information Technology (IT) service. During exercised option intervals, the contractor shall provide a mix of these various services and products; p)���� Developing and providing systems documentation and knowledge base articles, as well as baseline software for the FAMIS-WCF enterprise service, and its configuration documentation in support of Tier 2 and Tier 3 support; q)���� Developing training presentations and manuals for training the trainer and users of the FAMIS-WCF financial IT service; r)����� Delivering a performance monitoring capability for supporting testing, operation, and maintenance of the modernized FAMIS-WCF enterprise capability. This effort shall include developing standardized sets of metrics for reporting health, status, availability, reliability, security posture and other metrics that affect the FAMIS-WCF IT service operating status. These metrics shall be collected from various Operating System Interconnection (OSI) layer applications (OS platform resources, s/w applications, external services the FAMIS-WCF IT service relies on, switches, routers, firewalls, load balancers, database, web servers) to support Network Operations (NetOps) operations. The monitoring service of the FAMIS-WCF IT service shall log, perform analysis, and automatically take actions based on settable thresholds; annunciate status, such as by messaging subscriptions or via email services; archive trends data, and present real-time web based dashboards and feeds to provide service awareness and NetOps capabilities; s)����� Developing and delivering management strategy, planning, database tables mapping, data cleansing, and normalization design schemes, and providing prototype applications or scripts for proving suggested migration methods and hosting schemes for harvesting data from legacy data stores. Such applications and scripts shall support importation and normalization efforts to import small data sets from the legacy data stores for supporting Government acceptance and certification testing of the FAMIS- WCF capability; t)����� Coordinating and performing management and technical functions to develop and implement a transition plan that transitions the FAMIS-WCF capability to the DISA operations organizational entities including data migration; u)���� The FAMIS-WCF ERP service shall be based on the Oracle Financials E-Business Suite with Relational Database Management System (RDBMS) R12, and shall be interoperable with the FAMIS-CS solution currently supporting the DISA business. The new FAMIS-WCF ERP system shall subsume the capabilities of the FAMIS-CS, FAMIS-EAS, DCMS-TSEAS, and resolve interface capability to the FABS, Contract Support System (CSS) and Computerized Accounts Payable � Windows (CAPS-W), Procurement Desktop-Defense (PD2); and v)���� The FAMIS-WCF capability may later be integrated by the Defense Logistics Agency (DLA) into the Global Model construct and thus, its design shall accommodate future integration of these two systems, although this PWS does not require integration of these systems. For this reason, the FAMIS-WCF procured under this contract shall be built with scalability and interoperability in mind. This is not a request for competitive proposals. Requests for copies of this contract action will not be honored unless the respondent provides evidence showing their capability to perform the required services. The proposed contract action is for services in which the Government intends to solicit and negotiate with only one source pursuant to the authority of FAR 8.405-6(a)(l)(A). A Justification and Approval for sole source by the Government will be posted and made available no later than 14 days after award.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/afdc33390c234d9689f0e66b8e48c81e/view)
 
Record
SN05846890-F 20201107/201105230142 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.