SOURCES SOUGHT
D -- PeopleSoft HR/Payroll System Implementation Services
- Notice Date
- 8/13/2009
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- United States Senate, Office of the Sergeant at Arms, Finance Division, United States Senate, Washington, District of Columbia, 20510-7207
- ZIP Code
- 20510-7207
- Solicitation Number
- 2009-S-011
- Archive Date
- 9/11/2009
- Point of Contact
- Jill T Johnson,
- E-Mail Address
-
acquisitions@saa.senate.gov
(acquisitions@saa.senate.gov)
- Small Business Set-Aside
- N/A
- Description
- DESC: MARKET SURVEY AND BIDDERS LIST DEVELOPMENT - SOURCES SOUGHT REQUEST FOR IMPLEMENTATION AND INTERGRATION SERVICES FOR PEOPLESOFT HUMAN RESOURCES AND PAYROLL SOFTWARE. The purpose of this sources sought synopsis is to gain knowledge of potential qualified industry sources for implementation services and support for PeopleSoft Human Resources and Payroll Software. This support shall include technical services for implementation, data conversion, training, and follow-on support to the United States Senate for their new Human Resources (HR) and Payroll system. This sources sought synopsis contains the most currently available information. REQUIREMENTS All requirements are mandatory and are stated in terms of minimum capabilities and characteristics required by the Senate. 1. APPROACH AND STAFFING a. Provide Offeror's corporate organization chart that describes the chain of command for this engagement. Provide a list of Program Managers with PMI certifications that are available for this assignment. b. Describe the degree to which Offeror demonstrates adequate resources by having additional staff who meet the qualifications required for the proposed work and who could be assigned to this project, if needed. c. Provide Offeror's ERP implementation approach and specify any items that are specific to your organization. d. Describe Offeror's formal governance model to communicate project changes and impacts to the Senate. e. Describe the Offeror's recommended testing and training approach. 2. PAST PERFORMANCE a. Describe Offeror's past performance in providing HR/Payroll implementations of PeopleSoft Human Resources and Payroll Software to Federal Agencies and commercial organizations in terms of the number of years, size of project, and complexity of customer requirements. Provide three recent (within last 5 years) examples, including references, where the Offeror has Federal and commercial experience in providing implementations of HR and Payroll functionality to a staff of over 6500 employees. Please explain Offeror's specific role and identify whether or not the firm served as the prime in these engagements. The following information must also be included: contract number; customer name; address; brief synopsis of work performed relevant to the requirements listed above; customer point of contact with telephone, fax and e-mail address; challenges encountered by the Offeror with prior implementations by the Offeror and how they were resolved b. Describe Offeror's previous experience in using repeatable processes for migrating data to an ERP system, and the size and complexity of the customers serviced. Identify what tools were used for these conversions. Describe the role of both vendor and customer in this data conversion effort. c. Please identify the years of experience that the Offeror has with the PeopleSoft Human Resources and Payroll Software. 3. CERTIFICATIONS a. Identify the Offeror's CMMI certification level and certification provider. SAA has a preference for CMMI level 2 and above. If your organization has a CMMI certification equivalent, please provide that information, including the certifying organization and any other relevant details. b. State whether the Offeror is certified to implement PeopleSoft Human Resources and Payroll Software. Provide the level of certification and date received. c. Identify whether your organization is a partner, re-seller, or integrator. INSTRUCTIONS The response to this Notice must provide: 1) Organizational information including your Dun and Bradstreet number and point of contact with telephone, fax and e-mail address; and 2) The Offeror's ability to perform each of the mandatory requirements listed above. The response to each requirement must include a paragraph numbering identifiable to requirements above. After receipt and review of the responses to this Notice, the SAA may issue a solicitation or request for proposal. The information contained in this notice will be the only information provided by the Senate during the Sources Sought process. All qualified sources should respond to this Notice by submitting an information package in accordance with the instructions provided. Vendors responding to this Notice and deemed qualified by the SAA may be requested to submit a proposal in response to a solicitation. Only firms deemed qualified will be permitted to submit proposals. If suitable responses are received from qualified sources, the SAA anticipates release of a solicitation in the first quarter of FY 2010. Neither the Office of the Sergeant at Arms nor the Senate will be responsible for any costs for the preparation of responses to this request. Responses to this Notice are due to the POC no later than September 10, 2009, at Noon EDT and shall be submitted electronically via email only to the POC, Jill T. Johnson, at acquisitions@saa.senate.gov. The subject line of the email message shall be: SSN 2009-S-011. No other method of transmittal will be accepted. The response shall not exceed thirty (30) pages. Unnecessarily elaborate submissions are discouraged. Pages over the page limitation may be discarded. Access by the SAA to information in any files attached to the response is the responsibility of the submitting party. Neither the SAA nor the Senate is responsible for any failure to access
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/Senate/SAA/SAAFD/2009-S-011/listing.html)
- Place of Performance
- Address: Senate Office Building, Washington, District of Columbia, 20150, United States
- Zip Code: 20150
- Zip Code: 20150
- Record
- SN01910718-W 20090815/090814000405-2b264cdcee39f45cddac734faa73ea0a (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 |