SOURCES SOUGHT
D -- Request for Information for a Enterprise Business Intelligence Capability
- Notice Date
- 2/7/2006
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- US Army Aviation and Missile Command (Base Ops), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W9124P-06-R-R001
- Response Due
- 4/10/2006
- Archive Date
- 6/9/2006
- Small Business Set-Aside
- N/A
- Description
- Request for Information for a Enterprise Business Intelligence Capability 1.0 SUBJECT Request for Information (RFI) for an Enterprise Business Intelligence (BI) capability to provide logistics decision support and business knowledge to Army managers at various echelons in support of equipment, materiel, supply chain and other critical logis tics functions is being solicited. 2.0 DESCRIPTION The USA Aviation and Missile Command, at the request of the USAMC Logistics Support Activity (LOGSA) is seeking information from industry that will assist in the application, selection and possible deployment of a logistics business intelligence tool for A rmy-wide use. Specifically, The RFI seeks the following information: BI Performance and features Regulatory Compliance, Unique features/capabilities, analytical capabilities, statistics/graphs/trends BI Scalability Support for a growing number of users, support for a dispersed and diverse user base, and interoperability with database management systems. Infrastructure requirements Hardware, software, other operational/environmental factors Complexity of deployment - Development, deployment, training (ease of use), customer support Sustainment requirements Licenses (for production, test, and development environments), fees, upgrades, operations, compatibility, sustainment training Future initiatives integration with other areas, e.g., financial, procurement, etc Describe the integration or control of user access (Information Assurance/security) and the single-signon environments in which the solution can be integrated. 3.0 REQUIREMENTS The USAMC LOGSA provides logistics intelligence, lifecycle support, technical advice and assistance to the current and future force; integrated force, readiness, authorization, and asset logistics information for worldwide equipment availability, forward a nd reverse, distribution pipeline performance analysis, and asset visibility for timely and predictive decision-making. Our goal is to be the preeminent provider of logistics intelligence, policy, and customer support required to ensure Warfighter optimiza tion and dominance on current and future battlefields. Current Logistics Standard Army Information Systems (STAMIS) and the evolving Enterprise Resource Planning (ERP) solution will provide logistics site operations and system transactional data processing in support of logistics site operations. Data inter face among various Army STAMIS/ERP and other service systems (Joint and Combined Operations) will require a complex analytical capability to ensure relevant and actionable information is provided to decision makers. Network connectivity via the DoD NIPRNet is envisioned as the primary mode of data transfer and systems communication. Network operations is assumed to be a 24/7/365 operational capability. Priority and availability of bandwidth for logistics informati on exchange varies. Information content for analysis will include major items authorization, on-hand equipment, and serviceability status; historical INOP trends and repair cycle metrics; repair parts inventory, supply and supply chain metrics; in-transit visibility of inve ntory in motion; financial impacts to customer operations; traditional force and task force organization structures. Data input will be Sensitive But Unclassified (SBU). Policy and regulations may require the upgrade of data/information classification based on integration and aggregation of SBU data. Possibility future transition into a SIPRNet environment should be considered. System end users will vary greatly. Users will consist of various government ranks (officer, civilians and enlisted), occupational specialties (supply, ordinance, finance, transportation, medical, infantry, etc.), and echelons of employment (tactical, o perational, and strategic). Cross functional/business solutions that minimize analysis and synthesis of the i nformation by clients is essential, included ability to drill to causes of problems, what relief is in play ad alternative courses of action. Ultimately management by exception and simultaneous presentation/execution of resolutions is our vision. 4.0 POSSIBLE SOLUTIONS A BI solution must meet the functional and technical requirements specified above. LOGSA is open to alternative concepts for solutions that meet these requirements. LOGSA encourages creative and outside the box thinking in response to this RFI. LOGSA a lso desires for its BI design and solution to prevail for 5 years minimum with flexibility for incremental growth without major redesign and reinvestment. One possible solution would be to build a completely dedicated BI tool for use based on current and evolving military systems of record for related data. Current policy and guidance requires LOGSA research and review of commercial off-the-shelf tools th at may meet our requirements. This RFI seeks information about a fully commercial off-the-shelf BI solutions to facilitate research, analysis and holistic solutions, and to provide logistics business intelligence to facilitate timely and accurate Army and Joint DoD logistics decision s in support of equipment and operations. 5.0 INFORMATION EXCHANGE MEETINGS Webcasts, VTCs or other follow up discussions will occur as required 6.0 DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the RFI will not be retur ned. In accordance with FAR 15.202(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. 8.0 CONTACT INFORMATION Following is the Point of Contact (POC) for the RFI, including the public information exchange meeting: Mr. Barry Howard/Contracting Officer AMSAM-AC-OS-B/Bldg. 5303 Redstone Arsenal, AL 35898 phone: 256-876-8139 fax: 256-876-9533 email: barry.howard@us.army.mil Please submit responses via email in Microsoft Office format by 4:00 PM on April 10, 2006, to the POC at: barry.howard@us.army.mil. You may also submit supplemental hardcopy materials such as brochures, etc. to Barry Howard/Contracting Officer, AMSAM-AC-O S-B, Bldg. 5303, Rm 3139, Redstone Arsenal, AL 35898. Information and customer testimonials for fielded BI solutions are welcomed.
- Place of Performance
- Address: US Army Aviation and Missile Command (Base Ops) ATTN: AMSAM-AC-OS-B, Building 5303, Martin Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Country: US
- Zip Code: 35898-5280
- Record
- SN00982621-W 20060209/060207214730 (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 |