Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 09, 2011 FBO #3606
SPECIAL NOTICE

D -- Global Combat Support System-Army (GCSS-Army)

Notice Date
10/7/2011
 
Notice Type
Special Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J12GARMY
 
Archive Date
10/6/2012
 
Point of Contact
Jessica Dobbeleare, NONE
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(jessica.r.dobbeleare.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is not a solicitation. This will not commit the contractor or the Government in any way, or at any time, into entering a contract with any of the specified terms below. The reference number for the SOURCES SOUGHT NOTICE is W52P1J12GARMY. This number is assigned to this action for reference only and there is no solicitation at this time. This notice of intent is not a request for competitive proposals, however it is to conduct a market survey of parties that may have interest and capability to respond to and comply with the GCSS-Army program requirements or submit proposals if a future competitive request for proposal is issued. INTRODUCTION The U.S. Army Contracting Command - Rock Island (ACC-RI) on behalf of the Project Management Office of the Army Enterprise Systems Integration Program (AESIP) under U.S. Army Program Executive Office Enterprise Information Systems (PEO EIS) is conducting market research for Global Combat Support System-Army (GCSS-Army) Services. The purpose of this Sources Sought Notice is to identify potential sources capable of providing the required services and to seek industry input on how best to accomplish the requirements. The Government does not intend to award a contract on the basis of this market research and will not pay for information solicited. Any information or ideas submitted to the Government may be used in formulating its acquisition strategy or technical approach, therefore permission to use the information for these purposes is inherently granted with the submission. No proprietary, classified, confidential or sensitive information should be included in your response. BACKGROUND The GCSS-Army consists of Commercial-Off-The-Shelf (COTS) and Non-Development Items (NDI) of Enterprise Resource Planning (ERP) software and server hardware. GCSS-Army is an Acquisition Category (ACAT) IAM program composed of two components: (1) Army Enterprise Systems Integration Program (AESIP) as the technical enablement component and (2) GCSS-Army (ERP Solution) as the logistics and financial management operations component. AESIP provides the system's enterprise hub services, and centralized master data management and cross-functional business intelligence / analytics. GCSS-Army (ERP Solution) provides logistics and financial management operations functionality to the business enterprise and Warfighting mission areas. GCSS-Army is a web-based software suite that utilizes the existing communication infrastructure known as the Unclassified but Sensitive Internet Protocol Router Network (NIPRNet) and it can also be deployed to units equipped with Combat Service Support Very Small Aperture Terminal (CSS VSAT) and/or CSS Automated Information System Interface (CAISI). When fielded, GCSS-Army will enable a single operational logistics and financial management operations picture through integration of logistics and financial management operations information at all tactical echelons. The ERP solution chosen for GCSS-Army is SAP. The GCSS-Army system is being developed in multiple increments as functional capabilities are defined and as integration and synchronization opportunities with related systems present opportunities for subsequent increments. Future releases of GCSS-Army will provide additional automation for logistics functions not currently automated by a logistics Standard Army Management Information System (STAMIS). These future releases will align capabilities and functionality across domain architectures using Army integrated architecture standards and processes. This Sources Sought Notice applies to the GCSS-Army (ERP Solution) component of the GCSS-Army program. FIELDING OBJECTIVE ASSUMPTIONS 1.Fielding will be to every unit of the Army, Army Reserve and Army National Guard. 2.Fielding will be conducted in sequential Waves as follows: a.Wave 1 will consist of 381 Standard Army Retail Supply System (SARRS) system replacements and will provide Supply and associated Financial Accounting capabilities to approximately 14,000 users during the period 4th Quarter of Government Fiscal Year (FY) 2012 through 4th Quarter FY 2014. b.Wave 2 will consist of 40,000 Standard Army Maintenance System (SAMS) and Property Book Unit Supply Enhanced (PBUSE) system replacements and will add Maintenance and Property Book (Asset) Accountability to the Supply and Financial Accounting capabilities fielded during Wave 1, to approximately 143,000 users during the period 1st Quarter FY 2014 through 4th Quarter FY 2017. 3.An average 10 locations will be fielded per Quarter, to multiple Brigade-sized recipients simultaneously. 4.Fielding will be conducted on a regional basis throughout Continental United States (CONUS) and Outside Continental United States (OCONUS), however there may be some CONUS/OCONUS overlap. 5.Fielding will be aligned with the Unit's position in the Army Force Generation (ARFORGEN) cycle and the Unit's calendar of training and other events. 6.Fielding includes training delivery in the form of instructor led, train-the-trainer instruction and web-based e-learning. 7.Fielding includes planning, preparing and executing the Cutover to go-live. Due to the decentralized nature of the STAMIS systems being replaced, each fielding has one or more local databases that require data preparation, cleansing and conversion through a central Data Transformation and Load Tool. INSTRUCTIONS TO COMPANIES This is a request for information only. Do not submit a proposal or quote. The answers to the questions below should total no more than 10 pages total (8"x11" pages, 1" margins, 12pt font, including any tables, diagrams, etc), including the following: Name of Company: CAGE Code: Address: Point of Contact: Phone Number: Fax Number: Email Address: Indicate specific capabilities and experience in performing the described requirement by specifically delineating any US Government contract and/or subcontract numbers and/or any commercial contracts, a description of those requirements, periods supported, and approximate value of support rendered. SET OF QUESTIONS In addition to the information above, each company must answer the following questions, relative to the Fielding Objective Assumptions, within the specified page limitation: 1.What are the types of pre-execution tasks will be required in order to accomplish the Fielding Objective? 2.What Knowledge Transfer activities from the System Integrator would you require in order to successfully execute? 3.How would you approach Fielding, e.g. planning, performance, ramp-up schedule, logical points for transition, and working with the incumbent? 4.How would you implement, conceptually, e.g. Organizational Change Management activities, education of personnel, etc? 5.What risks are associated with the described Fielding Objective and what mitigation strategies would you suggest to mitigate these risks? 6.What are some of the data integration / cleanup activities you foresee to accomplish a successful fielding? 7.What type of performance tuning and optimization would you recommend building into the fielding strategy? SUBMISSION OF INFORMATION Companies should submit the information requested above no later than 3:00pm CDT 28 October 2011. Please furnish the above requested information to the Contract Specialist, Kate Lockett, at kate.n.lockett.civ@mail.mil. Note: Files greater than 5MB shall not be transmitted through the computer firewall. Therefore, any file greater than 5MB must be submitted by CD-ROM media to: U.S. Army Contracting Command - Rock Island CCRC-DA ATTN: Kate Lockett Bldg 60, 3rd Floor N/W 1 Rock Island Arsenal Rock Island, IL 61299-8000 Any company responding to this notice should ensure that the response is complete and sufficiently detailed to allow the Government to determine the company's qualification to perform work. Companies are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to companies with respect to the information submitted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/264f91cc2c1962e78b8dfdb97e05ce4e)
 
Record
SN02604853-W 20111009/111007234709-264f91cc2c1962e78b8dfdb97e05ce4e (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.