SOURCES SOUGHT
D -- This is a Sources Sought/Market Research announcement to identify interest in and capability to perform the ASC Maintenance Management Systems Integration and Operation mission described below.
- Notice Date
- 2/25/2009
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Army, U. S. Army Materiel Command, U.S. Army Sustainment Command, US Army Sustainment Command, ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J-09-R-0080
- Response Due
- 3/7/2009
- Archive Date
- 5/6/2009
- Point of Contact
- Tom Petkunas, 309-782-7271<br />
- Small Business Set-Aside
- N/A
- Description
- The ASC Maintenance Management Systems Integration and Operation mission requires that the service provider(s) have the ability and skill sets necessary to provide maintenance (installation of software, program changes, patches, and correct program errors, for example) and software programming support for the current release of the Army War Reserve Deployment System (AWRDS) software and all AWRDS servers; the Wildcat Maintenance Management System (WMMS) and WMMS Directorate of Logistics (WMMS-DOL), and Radio Frequency Identification (RFID) Sustainment at Army Pre-positioned Stock Sites. They shall provide customer assistance on the related software (SYBASE) to Government and contracted personnel users. On-site personnel are required for day-to-day support. The mission sites are as follows: a) HQ, Army Sustainment Command (ASC), Rock Island, IL; b) Logistics Support Activity (LOGSA), Huntsville, AL; c) ASC, United States European Command (USEUCOM) Area of Responsibility (AOR), Livorno, Italy; d) Army Area Signal Center (AASC) Central Command (CENTCOM) AOR (Combat Equipment Group (CEG)- Southwest Asia (SWA), Doha, Qatar; Camp Arifjan, Kuwait; Kuwait Naval Airbase, Kuwait; Bagram, Afghanistan; Balad, Iraq) e) ASC, Pacific Command (PACOM), AOR, Army Pre-positioned Stock (APS) 4 (Camp Carroll, Korea; Sagami and Yokohama, Japan); f) ASC, Northern Command (NORTHCOM AOR, APS 3 Afloat (AF) (Charleston, SC and the assigned prepositioned ships). The contractor will provide on-site personnel for support to Government staff and contracted personnel with the following responsibilities: a) Training, b) Technical Assistance, c) Data Management and Reporting, d) Data Integrity, e) Meetings and Briefings, and f) Deployment Support. The contractor shall perform software programming support and maintenance, emergency software support, information assurance, data replication, and training. They shall provide Data Quality Engineering and Database Administration Support and provide Interface and Interoperability. The contractor shall review and provide functional analysis of new Standard Army Management Information System (STAMIS) software versions to determine any changes for AWRDS/STAMIS interfaces, and create and maintain scenario test plans, and conduct individual, and joint system testing of the AWRDS/STAMIS interfaces before changes are initiated. For the WMMS-DOL Database and Systems, the contractor shall provide qualified personnel, materials, facilities, travel and other services to provide logistics and related administrative support for the following: The Contractor shall provide assistance to interface the WMMS-DOL software with Logistics Modernization Program (LMP) for all required LMP data fields, review and provide functional analysis of new Standard Army Management Information System (STAMIS) software versions to determine any changes for WMMS-DOL/STAMIS interfaces, and create and maintain scenario test plans, and conduct individual, and joint system testing of the WMMS-DOL/STAMIS interfaces before changes are initiated. The contractor shall provide services for WMMS support to ASC Forward (ASC-FWD) Field Logistics Readiness Division (FLRD) and the Field Logistics Readiness Centers (FLRC). The contractor is required to support, sustain, and enhance existing WMMS (to include sub-modules iWMMS and eWMMS) functionality and ensure FLRD- related data integrity, as directed by the ASC FLRD. The contractor shall also support WMMS implementation at future FLRD sites within and outside the Continental United States (CONUS and OCONUS); provide on-site WMMS financial management support to the FLRD; provide on-site WMMS systems administration, training, and business process inspection support to Government identified FLRCs; provide support to the Wildcat Data System (WDS) as needed; provide enhancements of existing functionality in WMMS and its sub-modules, as determined by the FLRD WMMS Configuration Control Boards (CCBs) and provide support for possible conversion of the WMMS application to a web-based solution. The contractor sustains the Government owned, client server-based architecture of the WMMS production support module and the web-based architecture of its sub-modules, eWMMS and iWMMS. The WMMS database is a distributed database with 22 remote databases worldwide, replicating back to a consolidated database at FLRD HQ. Finally, contractor support will require a RFID Technical Expert (TE) to provide site coverage at several CONUS locations. The Government will activate sustainment by site as they transition from implementation into sustainment of the RFID tracking system. The contractor will provide the personnel qualified to support administration, maintenance, and operation of the RFID system and effectively interface with AWRDS and In-Transit Visibility (ITV) applications. Support to selected tasks may require a security clearance of SECRET at start of performance. Contractor employees must be able to understand, read, write, and speak English, (this speaking skill is not required of hearing or speech impaired individuals). INSTRUCTIONS TO INTERESTED PARTIES: Interested parties must provide a capabilities statement not to exceed five (5) pages that details previous work experience in the described areas of expertise and any specialized systems experience with the computer software and systems listed above. Work performed in the last three years is considered most relevant for this sources sought announcement. Your detailed capability statement must include your firm's business size and Commercial and Government Entity (CAGE) code and identify any potential joint venture partners. This announcement is for information and planning purposes only and should not be construed as a commitment by the Government for any purpose. This announcement does not contitute a Request for Proposal, and no contract will be awarded from this announcement.. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up requests. No basis for claim against the Government shall arise as a result of a response to this announcement or Government use of any information provided. This announcement does not restrict the Government to an ultimate acquisition strategy. The Government reserves the right to consider acquisition strategies as deemed appropriate. RESPONSE DATE: All responses to this announcement must be received by 7 March 2009 to the following points of contact: Mr. Tom Petkunas, Contract Specialist (309) 782-7271, thomas.a.petkunas@us.army.mil and Ms. Vicki Ahlgrim, Contracting Officer (309) 782-3220, Vicki.ahlgrim@us.army.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8a773786e8118630d5d98749a291dfff&tab=core&_cview=1)
- Place of Performance
- Address: US Army Sustainment Command ATTN: AMSAS-AC, Rock Island IL<br />
- Zip Code: 61299-6500<br />
- Zip Code: 61299-6500<br />
- Record
- SN01757097-W 20090227/090225220609-8a773786e8118630d5d98749a291dfff (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 |