SPECIAL NOTICE
D -- Business Systems Modernization-Energy (BSM-E) Enterprise - Package #1
- Notice Date
- 10/17/2012
- Notice Type
- Special Notice
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office - Energy, 8725 John J. Kingman Road, Ft Belvoir, Virginia, 22060, United States
- ZIP Code
- 22060
- Solicitation Number
- SP4706-13-SOC-BSME-DCSOE
- Archive Date
- 11/8/2012
- Point of Contact
- Twyla A Jackson, Phone: 7037671174
- E-Mail Address
-
twyla.jackson@dla.mil
(twyla.jackson@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of Capabilities (SOC) Performance Work Statement (PWS) THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE. This is a Special Notice that includes a Request for submission of Statement of Capability (SOC) addressing the capability to provide Oracle Support for Business Systems Modernization-Energy (BSM-E) ENTERPRISE. This Special Notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ) or Request for Proposal (RFP) or a promise to issue an RFQ or RFP in the future. This SOC does not commit the Government to contract for any supply or service whatsoever. The information provided in the SOC is subject to change and is not binding on the Government. The Defense Logistics Agency (DLA) is not at this time seeking proposals and will not accept unsolicited proposals for the work described in the attached documents. Responders are advised that the DLA will not pay for any information or administrative costs incurred in responding to this SOC. REQUEST FOR STATEMENT OF CAPABILITIES (SOC) The purpose of issuing this Statement of Capabilities (SOC) under SP4706-13-SOC-BSME-DCSOE is to identify potential contractors and assess their capability to provide Information Technology (IT) services for maintenance of operational capabilities and sustainment of all areas of the Business Systems Modernization-Energy (BSM-E) Enterprise Level System as well as project management, database administration, product upgrades, infrastructure and configuration management, application maintenance, 24x7 On-Call Support, Tier 2 helpdesk support, testing, System Change Requests (SCRs), and Information Assurance (IA) system security of BSM-E Enterprise Level System to support DLA Energy. The BSM-E Enterprise Level System consists of Oil Enterprise Downstream (OED/OEDA), Reporting Data Store (RDS), Oracle Government Financials (OGF), Discoverer, Redwood Cronacle Enterprise Job Scheduling Software applications and Locally-Developed Products and Extensions that provide additional functionality. The Performance Work Statement entitled: "Defense Logistics Agency (DLA) Information Operation at Fort Belvoir Operational and Sustainment Support of the Business System Modernization - Energy (BSM-E) Enterprise Level System" is provided for information and reference in order to facilitate the ability to respond to the SOC response areas detailed below (see atttached PWS) 1. Provide a brief narrative discussing your capability to provide Information Technology (IT) services for maintenance of operational capabilities and sustainment for the BSM-E Enterprise Level System based on OED Version 6, a software application used exclusively and solely by the Defense Logistics Agency (DLA) worldwide within the BSM-E system of systems. The narrative discussion shall address the capability to provide maintenance and sustainment without OED having the benefit of a product support organization upon which to rely as an informational and training resource; with OED code "wrapping" and inaccessibility which prohibits making changes to the code; the complexity of the BSM-E Enterprise Level System architecture which requires the movement of data between multiple databases based on a proprietary data transfer framework [Replicated File System (RFS), Workgroups, and sequence numbers]; the necessity to create data manipulation scripts to provide work arounds to OED "bugs' and limitations; and maintaining the more than one-thousand Redwood jobs performed in the daily and nightly schedule runs. The narrative shall set forth an implementation plan for maintenance and sustainment highlighting and detailing resources, experience, knowledge, certifications, and past performance as it relates to a world-wide enterprise information technology system for commodity management and financial accountability. 2. Provide a brief narrative discussing your capability to provide Information Technology (IT) services for maintenance of operational capabilities and sustainment of the BSM-E Enterprise Level System based on the knowledge, experience and the ability to interpret DOD Policy, Manuals and Instructions; DLA-specific Policy, Manuals and Instructions; DLA Energy Business Rules, processes, procedures and regulations for standard accounting policy and procedures; and the application of these policies while performing efforts which facilitate and support the operation and sustainment of the BSM-E Enterprise Level System. The narrative shall demonstrate possession of the required knowledge and experience, and provide examples of the application of this knowledge and experience via the business accounting and inventory functions as it relates to DLA's system of record for DLA Energy's financial and inventory data. Additionally the narrative shall describe and demonstrate the capability to leverage existing legacy and up-to-the-minute subject matter expertise. In order to perform this effort, the capability to provide subject matter expertise regarding the BSM-E Enterprise Level System to contractors supporting Energy Convergence is paramount along with providing recommendations and alternatives to DLA Energy personnel regarding conversion to Energy Convergence and daily operational maintenance and sustainment efforts. 3. Provide a brief narrative discussing your capability to provide Information Technology (IT) services for maintenance of operational capabilities and sustainment of the BSM-E Enterprise Level System based on code that has been locally developed around various COTS applications which are at the "heart" of the BSM-E Enterprise Level System. The narrative discussion shall address the capability to provide maintenance and sustainment of locally developed code that has increased in size and criticality as a result of added functionality which consist of products and extensions listed in Section 3.5 of the PWS, changes to the COTS application interfaces, report development and report changes, and bug fixes within OED that due to code "wrapping and inaccessibility require new data entry screens or processes in the BSM-E Web Portal as well as changes required due to Energy Convergence rollouts by geographical areas. The extensions, consisting of 2.6 million lines of code, contain complex business rules and require the sustainment and maintenance of these business rules. The narrative shall demonstrate a plan for maintenance and support to troubleshoot technical and functional issues, recommendations and alternatives on proposed business processes and/or system defect workarounds, code development and maintenance of existing code that interfaces with OED, development of specifications, development of test documentation and training guides, and maintenance of code required as a result of changes in network architecture. 4. Provide responses to the SOC response area detailed above based on the following required formatting: a. Four pages or less for each question b. Times New Roman 12 Point Type c. White space and conventional paragraphing are required for readability Please see the attached Performance Work Statement (PWS) for requirements: The deadline for submission is Not-Later-Than (NLT) October 24, 2012 at 0600 P.M. Eastern Time. The Contractors' SOC must include their Company Cage Code, TIN, DUNS number, and Point of Contact Information. Primary Point of Contact: Twyla Jackson, Contract Specialist twyla.jackson@dla.mil Phone: 7037671174
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c22eb499cb53ed2aeec69bd2708f29f9)
- Place of Performance
- Address: 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
- Zip Code: 22060-6220
- Zip Code: 22060-6220
- Record
- SN02915011-W 20121019/121017234052-c22eb499cb53ed2aeec69bd2708f29f9 (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 |