Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2015 FBO #4986
SOURCES SOUGHT

R -- Request for Information: Maintenance, Repair and Overhaul (MRO) software suite solution maintenance and support services.

Notice Date
7/17/2015
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN15R0184
 
Response Due
7/24/2015
 
Archive Date
9/15/2015
 
Point of Contact
Sara.Baye, 6095621205
 
E-Mail Address
ACC - New Jersey
(sara.c.baye.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: The Naval Air Systems Command (NAVAIR) Corporate Business Office (CBO) in coordination with the Army Contracting Command - New Jersey (ACC-NJ), is conducting market research (Sources Sought Notice) for a contractor who has qualifications, capabilities, experience to support, maintain, and sustain the Maintenance, Repair and Overhaul (MRO) software suite. The MRO software suite provides a complete, standardized, and automated repairable management system that includes business planning, production planning, master production scheduling, material requirements planning, capacity requirements planning, and the execution support systems for capacity and material. NAVAIR has a need for ongoing annual Original Equipment Manufacturer (OEM) software maintenance for the JDA Software MRO application and supporting software, as well as continued functional and technical on-site and off-site OEM provider support. The scope of this order includes ongoing support functions related to JDA Software's sustainment of its suite of MRO software applications at the Fleet Readiness Centers (FRCs) in Jacksonville, FL; Cherry Point, NC; and San Diego, CA. Support shall include annual software maintenance of all JDA Commercial-Off-The-Shelf (COTS) software which has been purchased by the FRCs, ongoing onsite functional services, as-needed specialized technical and functional services, and software version upgrade support. The contractor shall support and maintain all COTS software comprising the JDA Software MRO Software Suite listed below which requires acess to OEM source code: - JDA MRO - JDA Make-to-Order (MTO) - Workbenches (Capacity, BOM, and Planner) - All Application Programming Interfaces (APIs) purchased by the FRCs including the MTO APIs, MRO APIs, I-Loader and other connectivity tools, and Services - JDA Enterprise Project Planner (the replacement software application provided by JDA Software as a replacement for the Networks Supply application previously purchased by the FRCs) The contractor shall provide annually renewable software maintenance for each software product. Maintenance shall include user support and upgrades / new releases and immediate mitigation of any STIG ((System Technical Information Guide)(System security scans for vulnerabilities)) findings should they be encountered. The contractor shall provide quote mark Premium Maintenance Services quote mark user support (Help Desk) services as referenced in the JDA Software consistent with the following requirements: The contractor shall provide the Government the latest commercial release / upgrade of each software product that is part of the JDA MRO Software Suite (including changes to affected documentation including user manuals and installation and administration manuals) throughout the maintenance service period. The contractor shall provide new product releases. The upgrade notices shall include a detailed description of the application upgrade specifying any additional capabilities or problem fixes added to the software. The contractor shall provide written notice to the NDMS Program Office no later than thirty (30) days before planned product release. The contractor shall provide a consistent level of knowledgeable and timely on-site and off-site functional and technical support for the MRO software suite for each site. A majority of the work shall entail functional support, but some technical support shall also be provided. The services shall be performed by software applications subject matter experts (SME's) who have experience implementing new functionality and sustaining the existing / current MRO software suite in Department of Defense (DOD) maintenance, repair and overhaul environments. The contractor shall provide this support via the deployment of two (2) experienced on-site Senior IT Specialists to provide alternating and balanced support among the three FRCs. The Senior IT Specialists shall be Subject Matter Experts on the MRO Software Suite with a minimum of seven (7) years' experience implementing and sustaining the JDA MRO Software, and are able to guide the FRC customer in the configuration, training, prototyping and piloting activities for MRO. They shall have demonstrated the ability to effectively train users on the use of the MRO software and its new releases, and shall possess outstanding interpersonal and communication skills. The contractor shall act as a liaison between the JDA Software business and technical personnel and the Government to maximize the timely and complete operation of the MRO suite at each site. The contractor shall provide sustainment services. Sustainment services shall include software issue validation and analysis, reporting of site-specific issues, and testing of software issue resolutions as they are delivered. When appropriate, the contractor shall also report any JDA Software issues to the JDA Software help-desk as they are identified. The contractor shall use subject matter expertise to provide timely, responsive and accurate answers to questions related to daily business processes. The contractor shall analyze and propose enterprise solutions that can be applied universally across the three FRCs to issues as they occur. The contractor shall create ad hoc reports to support emergent business, operational and technical requirements. The contractor shall conduct informal training of new users, or of existing users as new MRO software suite component versions or issue resolutions are released. Training shall include instruction on specific software modules as well the overall use of the software in the FRC business process environment. Any material used to conduct the training shall be provided to the Government. The Contractor shall support each MRO application software component version upgrades in planning, execution, and post-upgrade support phases. Support in the planning phase shall include but not be limited to the creation and maintenance of Implementation / Integration Plans that shall include consideration of legacy interfaces and business processes. The contractor shall conduct assessments of the technical infrastructure; identify all software versions, and all security and Navy Marine Corps Intranet (NMCI) impacts. Support in the execution of the upgrade shall include validation of mock data conversions, testing of new software functionality and validation of the legacy interfaces and business processes. Support in the post-upgrade phase shall include the troubleshooting of software issues, training issues, and business process issues related to the upgrade. The Contractor shall provide specialized and emergent technical support functions that are quote mark over and above quote mark the ongoing JDA Software sustainment of the MRO software suite. As the FRCs begin to collapse and consolidate their multiple instances of the common software (including the MRO software) solution to a common single instance, the contractor shall provide specialized support that is unrelated to the usual onsite sustainment support at the FRCs. Specialized Services opportunities shall be identified by the COMFRC or by the individual FRCs as requirements, and communicated to the TPOC at the NDMS program office, which will work with the contractor to detail requirements. The JDA program manager will work with the TPOC and onsite and offsite Senior IT Specialists to analyze, design, develop, test and implement these as-needed requirements. In support of Specialized Services, in addition to as-needed Senior IT Specialists, the Contractor shall provide a Program Manager (PM), who shall use expertise in managing large enterprise-level MRO implementations to act as the overall manager and administrator for the contract effort; serve as the working level primary interface and Point Of Contact (POC) with Government program authorities and representatives on program / project and contract administration issues; supervise program / project operation by developing management procedures and controls, planning and directing project execution, and monitoring and reporting progress; manage acquisition and employment of program / project resources; and manage and control financial and administrative aspects of the program / project with respect to contract requirements. The PM shall have the ability to plan, organize, direct and control multi-disciplinary project efforts to successful conclusion within time and budget. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested persons may identify their interest and capability statement by 31 July 2015. This Sources Sought notice is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. There is no commitment by the Government to issue a solicitation, make an award or awards, or to be responsible for any monies expended by any interested parties before award of a contract for the effort mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. Please submit capability statements IN WRITING no later than 4PM EST on 7/24/2015 to Ms. Sara Baye at Sara.C.Baye.Civ@mail.mil with a copy to Mr. Kenneth MacFarlane at Kenneth.A.MacFarlane.Civ@mail.mil. Telephone responses WILL NOT be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b565482533a7b07f1a1baf8817dc88dd)
 
Place of Performance
Address: ACC - New Jersey Center for Contracting and Commerce, Building 10 Phipps RD Picatinny Arsenal NJ
Zip Code: 07806-5000
 
Record
SN03801781-W 20150719/150717235508-b565482533a7b07f1a1baf8817dc88dd (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.