Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2010 FBO #2973
SOURCES SOUGHT

R -- Installation Management Command, Enterprise Performance Management

Notice Date
1/12/2010
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
ITEC4, NCR PARC (NCR-CC), Directorate of Contracting, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W91QUZ-IMCOM-EPM
 
Response Due
2/12/2010
 
Archive Date
4/13/2010
 
Point of Contact
jjustice, 703-325-5658
 
E-Mail Address
ITEC4, NCR PARC (NCR-CC)
(jeri.justice@conus.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. The U.S. Army Contracting Command / National Capital Region Contracting Center / Information Technology, E-Commerce, and Commercial Contracting Center is planning an acquisition for the Installation Management Command (IMCOM). The purpose of this sources sought is to identify qualified small businesses that can meet IMCOMs Enterprise Performance Management (EPM) requirements. Requirement. The IMCOM oversees all aspects of installation management services that directly support Soldiers and their Families. The services range from housing, food services, environmental programs, safety, and recreation to religious services. The IMCOM requires implementation of EPM practices at its headquarters, region, and garrison locations worldwide. EPM practices include improved performance management through enterprise-wide data visibility, improved metrics and data quality, standardized data collection, management and reporting processes, heightened quality of analysis, and the use of automation to minimize the workload associated with data collection, integration and reporting. The IMCOM is deploying a Cognos-based EPM scorecard tool, which addresses the needs of the personnel who must manage the performance of their individual enterprises and are required to report financial and non-financial performance data on a regular basis. The IMCOM EPM scorecard tool is based on the IBM Cognos Business Intelligence, version 8.4, product suite. The specific software applications used to implement the functionality of the EPM Tool are Cognos Business Intelligence v8.4, Cognos Metric Studio v8.4, and Microsoft SQL Server 2005. Potential users of the EPM Tool include any IMCOM stakeholder and the number of users is expected to grow to a maximum of twenty thousand (20,000) users. Specific requirements include: Program Management Support to jointly develop a detailed plan and schedule for achieving EPM Full Operating Capability (FOC) and to coordinate, manage, control, and report on progress, risks, and issues. Process Support for the identification and implementation of business processes to link EPM strategy to execution and iterative performance analysis and refinement of the EPM measures and processes. Configuration and Implementation Support for the development, documentation, and testing of modifications/enhancements to the existing Cognos-based, IMCOM EPM scorecard tool. Communications and Training Support for the IMCOM EPM Tool to ensure that stakeholders are kept informed of progress and key events and that IMCOM EPM Tool users are properly trained in use of the tool. Data and Requirements Coordination Support to define/refine requirements, identify potential new data sources, and to ensure that identified measure data is provided in a timely manner and in the formats required for loading into the EPM Tool. End User Support Services to provide technical support to EPM Tool users. Contractor personnel must have an understanding of Enterprise Performance Management within the U.S. Army Installation Management Command. Contractor personnel shall have demonstrated commercial and Government EPM experience, in-depth performance management knowledge, deep Army domain expertise, and an understanding of IMCOM technical and functional requirements. U.S. citizenship is required. This acquisition requires a Project Manager that is PMP certified from the PMI with project management experience in the development and implementation of Business Intelligence applications within the Department of Defense. A Technical Team Lead is also required and must be IBM Cognos 8.4 Scorecards certified with experience leading development teams in the successful development and deployment of Cognos-based applications within the Department of Defense. Both the Project Manager and Technical Team Lead personnel must have an active Secret clearance. Also required is a Change Management, Communications, and Training Team Lead with experience conducting change management and communications tasks and experience in the design, development, delivery, and evaluation of both instructor-led training and web-based training, to include Captivate simulations. Acquisition Strategy. The contracts performance period will have a one-year base period and two (2) one-year option periods, estimated to require 10 FTEs in the first year and decreasing to 5.5 FTEs the last year. The geographic scope of the contract is worldwide. The contract will be performance-based. The applicable NAICS code is anticipated to be 541611, Administrative Management and General Management Consulting Services, with a small business size standard of $7 million. Capability Statement. It is critical that any interested source provide a corporate capability statement explaining why the source believes that it has the capability to meet the Government's requirements as stated above. Include in the statement the sources website address; CAGE code; most relevant Government or corporate client(s) (limited to no more than two client references), the contract # and vehicle name, and POC for this client; socio-economic status; and business size based on the NAICS code of 541611, $7M. Response Format. Responses shall be in MS Word format, single-spaced, 12-point font, and not less than one (1) inch margins. Based on the page limits set forth above, the total length of the response shall not exceed five (5) pages. In accordance with FAR 15.201(e), a response to this sources sought is not an offer and cannot be accepted by the Government to form a binding contract. Response to this source sought is voluntary. The Government will not award a contract on the basis of this sources sought nor pay for information provided in response to this sources sought. This information will not be returned. Corporate information marked Proprietary, such as non-public pricing or bid strategy, will be safeguarded, but the Government may use comments or suggestions about the IMCOM EPM acquisition in any way that the Government chooses. The final requirements and acquisition strategy for the IMCOM EPM acquisition may be different from what is described in this sources sought. Responses to this synopsis shall be sent to Jeri.Justice@us.army.mil and Arlene.Richardson@us.army.mil. No zipped files may be sent by email due to local firewall restrictions. Responses to this synopsis shall be submitted no later than three (3) calendar days after the date of publication on the FedBizOpps website.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7fb816899abd7e8f980d6c205a2b4168)
 
Place of Performance
Address: ITEC4, NCR PARC (NCR-CC) Directorate of Contracting, 2461 Eisenhower Avenue Alexandria VA
Zip Code: 22331-0700
 
Record
SN02040670-W 20100114/100112235138-7fb816899abd7e8f980d6c205a2b4168 (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 |
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.