SPECIAL NOTICE
D -- Request for Information - Army Enterprise Scheduling System (ESS)
- Notice Date
- 10/6/2009
- Notice Type
- Special Notice
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- ACA, NRCC, General Support Division, Building 2798, Fort Eustis, VA 23604-5538
- ZIP Code
- 23604-5538
- Solicitation Number
- W911S0-09-0001
- Archive Date
- 1/4/2010
- Point of Contact
- Vivian Otto, 757-878-2800
- E-Mail Address
-
ACA, NRCC, General Support Division
(vivian.otto@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information Army Enterprise Scheduling System (ESS) 1.0 Description The Army Training and Doctrine Command (TRADOC) is seeking information on how an interested contractor could meet the requirement to deliver an Enterprise-wide scheduling, operational modeling and decision support tool to assist TRADOC Headquarters and subordinate centers and schools across 15 installations with establishing a multi-echelon common operating picture. Core functionality is characterized into three primary functions: (1) Operational scheduling of resources and facilities to meet unit and course requirements as established by TRADOC approved programs of instruction, non-TRADOC unit training guidance and validated tasking missions. (2) Enable planners at multiple levels from the individual resource manager to HQ, TRADOC to effectively understand planned events and programmed activities in a manner that highlights shortfalls in capabilities and required resourcing needs. The system must enable authorized users to conduct what-if analysis, creating scenarios with varying resource and facility availability, operational requirements and infrastructure. (3) Must support the documentation of actual use by enabling executing units, as part of their after actions review process, to input durations and actual resources used to conduct training. Army Enterprise Scheduling System (ESS) will automate the three phases of scheduling and planning within Army Schools: Long Range Planning, Mid Range Planning, and Near Range Scheduling. Essential to this complex undertaking is the systems ability to maintain data currency and provide a uniform common operating picture across the command. To do this the system must interface with current Army applications to establish training requirements and maintain system of record documentation for funding allocation. This ESS must allow schedulers, planners and leaders at all levels to match current and programmed resource capacities against future training requirements with an end state of identifying shortfalls and chokepoints impacting both the schools and installations and their ability to support the TRADOC mission. These shortfalls and chokepoints can then be addressed and courses of action can be developed that include but are not limited to rescheduling, reduction of course loads, facility & range upgrade or construction, and reallocation of resources, potentially inter-school or center as needed to support the mission. The tool is envisioned as a tool to be used that will track courses/phases, separate DL phase, module(s), separate DL module(s), courseware, students, and resources to ensure availability when required. The ESS must be able to be accessed via a web connection using a commercial browser and operate in an unclassified mode via Army Knowledge Online authentication and compliant with the following standards: Communications standards: Transmission Control Protocol/Internet Protocol (TCP/IP) Integrated Services Digital Network (ISDN); Platform compliance standards: Windows, Uniplexed Information and Computing System (Unix); and, Quality and safety standards: Universal Language (UL), Information Systems Office (ISO), Capability Maturity Model (CMM). The ESS will be hosted at a centralized location and will be dependent upon the infrastructure of that location for its successful integration and use. The ESS will allow for the transfer of data from/to TDC, RITM, ATTRS, RFMSS, and other systems identified as essential during ESS development to the scheduling software. 1.1 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This is a Request for Information (RFI) announcement solely for information and planning purposes it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Army is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested parties expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. 2.0 Background. There are presently 5-6 different GOTs, COTs and Proprietary scheduling systems operating within TRADOC today. The intent of this effort is to identify a common solution set that will function to provide Enterprise-wide scheduling, operational modeling and a decision support tool that would assist TRADOC Headquarters and subordinate centers and schools across 15 installations with establishing a multi-echelon common operating picture. 2.1 Planned Delivery Period: To be determined. TRADOC would like to expedite this effort to the greatest extent possible. 3.0 Requested Information. TRADOC is interested in gathering information from Industry on what systems are currently is existence with the capabilities identified above in the Description of this requirement. Additionally, information should address any details on system requirements and capabilities, costs, normal or specialized hardware and/or software requirements, compatibilities issues, etc. 4.0 Responses. 4.1 Interested parties are requested to respond to this RFI with a white paper. 4.2 White papers in Microsoft Word for Office 2000 compatible format are due no later than 21 Oct 2009, 12:00 noon EST. Responses shall be limited to 15 pages for Section 2 and submitted via e-mail only to vivian.otto@us.army.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. 4.3. Section 1 of the white paper shall provide administrative information, and shall include the following as a minimum: 4.3.1. Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact. 4.3.2. Recommended contracting strategy. 4.3.3. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541512, Computer Systems Design Services. Small business concern means a concern, including its affiliates that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR part 121. A small business concern for the purposes of this procurement is generally defined as a business, including its affiliates, averaging no more than $25.0 million dollars in annual receipts. Annual receipts of a concern that has been in business for 3 or more complete fiscal years means the annual average gross revenue of the concern taken for the last 3 fiscal years. Annual receipts of a concern that has been in business for less than 3 complete fiscal years means its total receipts for the period it has been in business, divided by the number of weeks including fractions of a week that it has been in business, and multiplied by 52. Respondees are cautioned, however, that this is a general description only. Additional standards and conditions apply. Please refer to Federal Acquisition Regulation FAR 19 for additional detailed information on Small Business Size Standards. The FAR is available at http://www.arnet.gov. 4.3.4 The facility security clearance of the offeror. 5.0 Questions Questions regarding this announcement shall be submitted in writing by e-mail to vivian.otto@us.army.mil. Verbal questions will NOT be accepted. 6.0 Summary THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide an Enterprise-wide scheduling, operational modeling and decision support tool. The information provided in the RFI is subject to change and is not binding on the Government. The Army has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. The information should be sent to MICC-Eustis by Noon on 21 October 2009.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/df45c002a73f58071c3640b75583164a)
- Record
- SN01981277-W 20091008/091006235448-df45c002a73f58071c3640b75583164a (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 |