Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 05, 2014 FBO #4668
SOURCES SOUGHT

99 -- Sources Sought/Market Research announcement to identify interest in performing the Army Sustainment Command (ASC) Single Army Logistics Enterprise (SALE) 2 Transformation Mission.

Notice Date
9/3/2014
 
Notice Type
Sources Sought
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-14-R-0198
 
Response Due
9/19/2014
 
Archive Date
11/2/2014
 
Point of Contact
Danette Wilson, 309-782-6607
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(danette.d.wilson.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought/Market Research announcement to identify interest in performing the Army Sustainment Command (ASC) Single Army Logistics Enterprise (SALE) 2 Transformation mission. This sources sought notice is for support services to ASC for transitioning from the Government Legacy Logistics and Army Logistics Information Systems (ALIS) to an Enterprise Resource Planning (ERP) commercial off-the-shelf (COTS) package. These services will be in support of the Pre GO Live (GL), GL, post GL, and integration of required business processes for ASCs SALE Transformation. The contractor shall perform support services for identifying, validating, and coordinating the SALE Transformation and sustainment. The contractor shall have ALIS expertise and/or specialized knowledge in data mining, data analysis, maintenance, management, property accountability, asset management, readiness, reporting, inventory receipts, and supply management business process skills to transform current business processes/practices into SALE. The contractor shall utilize and support the ASC Item Unique Identification (IUID) marking mission to properly mark and register items that are delivered to DoD which distinguishes an item from all other items. Additionally, the contractor personnel shall provide documentation and technical services as required. The contractor shall have Logistics and ALIS expertise with regard to effectively identifying and adapting functional business requirements and processes to the technical SALE ERP solutions. The contractor shall have participated in at least one ERP deployment. The contractor shall apply in-depth knowledge of SALE ERP products, associated applications and interface technologies. The contractor shall utilize technical expertise to assess the operation and/or baseline of an organization as specifically associated with its functional components, working with information technology and functional area personnel. The contractor shall possess knowledge of Army logistics regulations and ALIS, such as but not limited to, Logistics Information System (LIS) and STAMIS such as but not limited to War Reserve Functional Requirements-AWRDS, LMP, PBUSE, SAMS-E/IE, SARSS, LIW, Standard Depot Systems (SDS) & Commodity Command Standard System (CCSS), and SALE related directives. The contractor shall possess a SECRET security clearance upon reporting to duty. The contractor shall participate in SALE related Integrated Process Teams (IPT); assess supply chain designs, analyze data, maintenance, training, educational events, etc. Work with ASC Core Team (ACT) in support of the SALE transformation, project planning, and communication of activities to include support of the standup and validation of transformation efforts to include pre Go Live (GL), GL, post GL and sustainment support as required. Provide support and/or deliver ASC SALE education via briefings, workshops, and conduct training sessions to the ASC and installation workforce as requested. Provide support for ASC site Business Transformation activities to include: Data mining, data cleansing, data analysis, data reporting, Pre-GL/GL/Post-GL, Assist & Support in issue/problem identification & resolution/COA, Cutover, Role Mapping, End to End process, LMP & GCSS-Army helpdesk assistance and hands-on, site education/training, new and sustainment SALE training/Over-the-shoulder (OTS), Continuity of operation plan (COOP), IUID efforts & implementation for SALE, and Training. The contractor shall work with the ACT to monitor the SALE solution contains the following functionality and characteristics for ASC: Near real-time system functionality; Supply, Maintenance, Finance and Property Accountability business processes that are integrated to support the ASC mission(s); Improved overall visibility of specific business process data required to meet mission goals; Identify shortfalls within the SALE business processes (lack of current/good data); All required reports are in the format as specified by the ACT/COR; If additional functionalities are planned for the SALE systems, provide support to business processes for integration to support ASC mission(s). The following sites will require SALE Transformation Support: AFSB, CONUS - Rock Island, Joint Base Lewis McCord, Ft. Bragg, Ft. Bliss, Ft. Benning, Ft. Campbell, Ft. Drum, Ft. Irwin, and Ft. Hood. AFSB, OCONUS - Kuwait, Korea, Germany, Italy, and Puerto Rico. This listing may not be all inclusive. INSTRUCTIONS TO INTERESTED PARTIES: Request that all interested parties provide capabilities statement NTE five (5) pages that details previous work experience in the areas of expertise and any specialized systems experience with the computer software and systems listed above. Work performed in the last three years is considered relevant for this sources sought announcement. Please include in your capability statement your firm's business size and identify any potential joint venture partners. This announcement is for information and planning purposes only and should not be construed as a commitment by the Government for any purpose. This announcement does not constitute a Request for Proposal and no contract will be awarded from this announcement. Requests for Solicitation will not receive a response. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up requests. No basis for claim against the Government shall arise as a result from a response to this announcement or Government use of any information provided. This announcement does not restrict the Government to an ultimate acquisition strategy. The Government reserves the right to consider acquisition strategies as deemed appropriate. RESPONSE DATE: All responses to this announcement must be received by 19 September 2014. Points of contact are Ms. Danette Wilson, Contract Specialist, (309) 782-6607, danette.d.wilson.civ@mail.mil, or Mr. Samuel J. Bennett, Jr., Contracting Officer, (309) 782-5116, samuel.j.bennett20.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9fa51f0b804fb26d2bb2c0e00481ac46)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN03493652-W 20140905/140903235958-9fa51f0b804fb26d2bb2c0e00481ac46 (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.