SPECIAL NOTICE
D -- Tracker Management Improvement Project
- Notice Date
- 6/1/2012
- Notice Type
- Special Notice
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- MICC Center - Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
- ZIP Code
- 28310-5000
- Solicitation Number
- W9124712R0036
- Archive Date
- 8/30/2012
- Point of Contact
- Carmen Lindstrom, 910-908-2898
- E-Mail Address
-
MICC Center - Fort Bragg
(carmen.l.lindstrom.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Solicitation Number: W91247-12-R-0036 Notice Type: Special Notice, Task Mangement Improvement Project General Information: The Mission and Installation Contracting Command - Fort Bragg MICC-FB), North Carolina intends to award a sole source contract, in accordance with Federal Acquisition Regulation (FAR) 6.302-1(a)(2)(iii)(A), Only One Responsible Source and 10 U.S.C. 2304(c)(1) to Accenture Federal Services LLC, 800 North Glebe Road, Suite 300, Arlington, VA 22203-1807. The North American Industry Classification System (NAICS) code for this procurement is 541512, "Computer System Design Services", with a size standard of $25 Million. This is not a request for Competitive Proposals. No contract will be awarded on the basis of offers received in response to this notice. A determination by the Government not to compete the proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government. Respondents must submit capability statements that clearly define the firm's ability to deliver a workable software solution and start performing the requirements stated in this notice in conjunction with the Performance Work Statement (PWS) as attached. The Mission and Installation Contracting Command - Fort Bragg (MICC-FB), North Carolina is seeking a firm that can provide a fully functioning, expandable task management software application that operates within the Microsoft (MS) Dynamics Customer Relationship Management (CRM) environment. The Contractor will provide all personnel, software licenses, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to deliver the task management software solution and perform readiness planning, installation, validation, production deployment/training and adoption support services. The Contractor will install all necessary hardware and software into the Requiring Activities server no later than forty-five (45) days into the period of service. Contractor personnel will be required to comply with existing security regulations and directives regarding obtaining a SECRET clearance, security of classified material, and access to government computers and networks, as appropriate. The Contractor may be required to perform periodic travel in the accomplishment of tasks. SUBMITTAL INFORMATION: The software application must meet the following specifications and capabilities within the CRM environment. It is requested that all interested businesses submit to the address identified at the end of this notice, a detailed capabilities statement package (no more than 15 pages in length, single spaced, 12 point font minimum) demonstrating ability to deliver a task management software application and perform the implementation support services listed in the PWS. A generic capability statement is NOT acceptable. Please review carefully the requirements listed below. These requirements are a MUST to be met and the firm must demonstrate the current capability to install a functional task management application upon award (if any) and complete the applicable services within a 52-week implementation period of performance. The documentation must address, at a minimum, the following: 1. Task Magnitude and Customizability: Application must be robust enough to allow tasking workflows to exist with unlimited users operating within one task. Creation of subtasks with separate suspense dates within the context of the original task must be allowable. 2. Task Collaboration and Notification leveraging MS Office: Application must have collaboration capability within the task management software environment, and notifications of new tasks to users must transmit to user inboxes in Microsoft Outlook. Suspense dates of excepted tasks must populate on user Outlook Calendars. 3. File Attachments: Attachment of pdf, all Microsoft Office files, xfdl (and xfdl variants) must be possible within the task tracking software environment. 4. Task Visibility and Transparency: Application must have managerial interface (dashboard) separate from that of Action Officers that allows task searches, tracking, and organization, with the ability to drill down into current working and completed tasks, in order to monitor work at the action officer and collaborate directly with actions officers if required. The managerial interface must leverage CRM capability to provide metrics on task completion, workload, and work distribution. Additionally, users must have the ability to leverage privacy and security settings to tasks containing sensitive information. 5. Searches: The tasking solution software must have a search capability that leverages CRM's inherent search ability, that is capable of executing search inquiries by task, user, key word, document, and other fields relevant to any given task instance. 6. Extending task capability outside of Tasking solution environment: Tasking solution must possess the capability to incorporate non-licensed users in the tasking solution environment in order for non-licensed users to respond (within the tasking solution environment) to taskings assigned by tasking solution licensed users. 7. Global Account List (GAL) Integration: Tasking solution should seamlessly leverage the GAL for the purposes of assigning tasks and conducting user and org searches. 8. Software Configuration: Contractor must possess expertise and proprietary rights in order to execute complex configuration requirements necessary to overlay task management software over manual processes within command and subordinate commands. 9. Interface Customization and exportation: Tasking solution must possess the capability to customize the user interface with drop down menus, entry fields, and selection tabs in order to ensure an intuitive user experience for action officers and managerial users. Task lists, collaborative discussion, a metrics must be exportable to MS Excel, MS Word, and MS PowerPoint. 10. Managerial Approval Process: Tasking solution must have an "out of the box" approval tool, that allows managers to review products from action officers, make corrections, and formally approve, disapprove, concur, non-concur, or recommend prior to continuation of workflow. 11. The Contractor shall perform services to support the installation and configuration of a standard task management solution with the following initial capabilities: Implementation and Support Capabilities Type of networkNIPR and SIPR Number of users (licenses): 3,400 Number of environments per network: 2 SIPR & 2 NIPR (one test & one live environment each) Number of domains: 1 forest with multiple domains, assumes two-way trust between domains. Number of users located on each domain:1,600 within Ft. Bragg, the remaining 1,800 will be distributed to ten other installations. (All CONUS) Number of training locations/Number of users to be trained per location: Up to 5 weeks of training, for up to 3,400 users. In person training at two locations. Train-the-trainer or remote training for other locations. Provide SA training for 5 FORSCOM CRM system admin Approximate number of external users that are not on domain at number of locations: 1,800 Accessibility: Ensure task management software can be accessed by all of the client's external users within client's server forest Version of task management software: Most current version as of contract execution Upgrade: Provide G6 with a projected upgrade plan outlining the project time lines to migrate CRM to 2011 Service Plan: Provide a service plan for CRM and task management software If you feel your firm possesses the ability to provide the software application and applicable services, you must respond by demonstrating your firm's current software application capabilities and technical capability to meet the requirements. If no affirmative written response is received, this requirement will be awarded without further notice. Detailed capabilities must be submitted to the email address provided below no later than 15 June 2012; 10:00 am local time. The primary point of contact is Ms. Carmen Lindstrom, email: carmen.l.lindstrom.civ@mail.mil or 910-908-2898. The secondary point of contact is Ms. Virginia Roberts, e-mail: virginia.a.roberts.civ@mail.mil or 910-396-9223. Contracting Office Address: Mission and Installation Command (MICC) - Fort Bragg ATTN: CCMI-CBR-BR Bldg 2-1105/C Macomb Street Fort Bragg, NC 28310-5000
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/db492989bcd1342dad57ff572a7b5c72)
- Record
- SN02764370-W 20120603/120602000126-db492989bcd1342dad57ff572a7b5c72 (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 |