SOURCES SOUGHT
D -- Automated Parachute Management System IT Platform - Attachment 1
- Notice Date
- 9/9/2016
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Army, U. S. Army Materiel Command, Headquarters, US Army Materiel Command, 9301 Chapek Road, Ft. Belvoir, Virginia, 22060
- ZIP Code
- 22060
- Solicitation Number
- RFI-ILSC-APMS
- Archive Date
- 10/6/2016
- Point of Contact
- Anne-Marie Galiastro, Phone: 508-233-5081, Adam Charczenko, Phone: 508-233-6997
- E-Mail Address
-
anne-marie.m.galiastro.civ@mail.mil, adam.b.charczenko.civ@mail.mil
(anne-marie.m.galiastro.civ@mail.mil, adam.b.charczenko.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- APMS RFI Attachment 4, Questions and recommendations Attachment 3, Industry Demo Registration APMS Industry Demo NDA Industry Demo Details THIS IS A REQUEST FOR INFORMATION (RFI) ONLY This it is not a Solicitation (i.e. Request for Proposal, Request for Quotation, or Invitation for Bids) or an indication that the Army Contracting Command (ACC) will contract for the services contained in the RFI. This RFI is part of a Government market research effort to determine the scope of industry capabilities and interest and will be treated as information only. This market survey is for planning purposes only. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses to this RFI are strictly voluntary and no reimbursement will be the Government will not pay respondents for information provided in response to this RFI. Responses to this RFI will not be returned and respondents will not be notified of the result of the review. If a Solicitation is issued, it will be announced on the Federal Business Opportunities website http://www.fbo.gov at a later date, and all interested parties must respond to that Solicitation announcement separately from any response to this announcement. This RFI does not restrict the Government's acquisition approach on a future Solicitation. Questions for industry are attached to this announcement. DESCRIPTION OF REQUIREMENTS/BACKGROUND: The Automated Parachute Management System Working Group, on behalf of the Army Airborne Board, is conducting a market survey for technical information to enhance the current processes and capabilities for tracking the Army's fleet of cargo and personnel parachute inventory. The Working Group is seeking sources with similar technology capabilities and/or experience in automation, technical and product information for products which meet the DoD requirements, or may meet requirements with modifications. Proprietary information will not be disclosed outside of the U.S. government. All interested firms, regardless of size, are encouraged to respond to this Request for Information (RFI). Information on current processes will be made available to vendors who respond with viable capabilities to all/some of the desired capabilities. INSTRUCTIONS TO RESPONDENTS: RESPONSES: Respondents to this market survey, who believe they have a commercial-off-the-shelf (COTS) or can provide a modified-off-the-shelf (MOTS) software solution capable of meeting or exceeding the requirements detailed in this RFI, are requested to describe their interest and experience with the requirements summarized within this notice. Responses are to contain, at a minimum, (1) White paper - maximum of twelve (12) pages including cover, (2) Rough Order of Magnitude (ROM), detailing cost and schedule considerations in support of this market survey, (3) any certification and accreditation (C&A) supporting documentation (if claiming your solution is currently certified to be utilized on a Government network), and (4) a signed Non-disclosure Agreement (NDA). Additional documentation accepted as part of this RFI (and not included in the page count for the White Paper) includes, but is not limited to, the following: PowerPoint presentations, Training documentation, User handbook/guides, pictures, link to software demonstration, etc. Information received will be For Official Use Only (FOUO) and shared with Army Airborne Board membership. Proprietary/Competition Sensitive information (appropriately marked) will be protected from disclosure to the greatest extent practical, however it is preferred that respondents do not provide proprietary or otherwise restricted responses. RESPONSE DATE: All responses to this announcement must be received no later than 1:00 PM EST, Wednesday, September 21, 2016. No faxes, courier delivered, or telephone inquiries/submissions will be accepted as a response to this RFI. Responses should be submitted to the project lead, Anne-Marie Galiastro, at: anne-marie.m.galiastro.civ@mail.mil with a CC to adam.b.charczenko.civ@mail.mil ADDITIONAL INFORMATION: All respondents to this market survey that respond with a White Paper, ROM and signed NDA will be provided the opportunity to present a proof of concept at an Industry Demonstration. The Industry Demonstration will take place in Natick, MA the week of 26 September 2016. Once White Paper is received, immediate contact will be made to discuss demonstration date/timeslot. Please refer to Attachment 1 for additional details. TECHNICAL REQUIREMENTS: For the examples listed in 3.a. through 3.e. and 4.a. through 4.c., please present a similar capability that best illustrates (proof of concept) your company's ability to address these requirements. Required functionality: 1. Enterprise capable solution a. Supporting approximately 150 locations worldwide b. Supports between 500-750 active users c. Supports between 100-200 users able to pull reports (above active users) 2. Inventory management tracking system 3. Support numerous business process management workflows capability. Examples illustrating similarities to the following workflows would be beneficial to demonstrate: a. Parachute Packing and Inspecting workflow b. Inventory Transfer (chain-of-custody) workflow c. Maintenance workflow d. Warehousing workflow e. Inventory Request/Purchasing workflow 4. Personnel Tracking and Identification a. Training and Certifications b. Pack History c. Jump Status 5. Individual Equipment Data tracking 6. Analysis and reports generation capability 7. Secondary Authentication (Common Access Card) Proposed functionality: 1. Receive inputs from IUID and Active/Passive RFID 2. Real-time reporting 3. Interoperability with mobile devices (to include smart phones, tablets, watches, etc.) 4. Scalability and interoperability with existing Government systems. 5. Vendor provided recommendation is greatly appreciated based on company's experience with asset tracking and business process management. DELIVERABLES: All documentation submitted shall be submitted as MS Word, Adobe PDF, MS PowerPoint, Visio, or MS Excel files. 1. White Paper: The White Paper should be written in contractor format, double spaced, and minimum font size of 10 pt. Paper should not exceed 12 pages, including cover. a. This paper should cover company information (company name, CAGE code, mailing address, and primary point of contact information (to include telephone number and email address). b. The paper should cover the 5 Ws, as applicable. (e.g., What, Where, When, Why and Who. Example focus areas: i. Please discuss any/all relevant current service and support provided to the Department of Defense or other Government agencies. ii. Please discuss how the solution was implemented within industry/Government. c. Please discuss, as applicable, proposed hardware used as part of the solution. d. Please provide any/all relevant information pertaining to Certification and Accreditation of the proposed solution(s). e. Please provide a statement regarding any small business designation (if applicable). 2. Rough Order of Magnitude (ROM): The ROM shall consist of two documents: 1. Project schedule/implementation estimate, and 2. Cost estimate. a. Project Schedule/implementation estimate: Please provide a detailed schedule delineating the lead time to market (deployment) for the Inventory Management - Business Process Management Solution. This schedule should include development time, or modification time, if the software is not currently available off-the-shelf (OTS). For those vendors proposing hardware (scanners, tablets, RFID) as part of the solution, please include this in the overall timeline. For those vendors providing information on implementation, please include this in the overall timeline as well. Note: This information request is solely for Government planning purposes, and will be further defined in any future Request for Proposal submitted by the Government. b. Cost Estimate: Please provide a detailed estimate for the development/modification, hardware, and implementation information discussed in the White Paper and detailed in the Project Schedule/Implementation estimate. For estimating purposes, please provide details on your current licensing/cost model (e.g., per user, per server, etc.). Please ensure the cost estimate includes any programming/maintenance support/sustainment costs, as applicable. 3. Certification and Accreditation (C&A) Documentation: a. Vendors are requested to provide their current Networthiness Status (where applicable). IAW AR 25-1, paragraph 6-3(c) activities must obtain a Certificate of Networthiness (CON) before connecting hardware/software to the LWN. Networthiness certification applies to all organizations fielding, using, or managing IT assets on the LandWarNet: All Applications, All Government-Off-the-Shelf (GOTS), All Web Services, Collaboration Tools and Services, Tactical Systems, New, legacy, and Fielded Systems. b. Vendors will provide their current FedRAMP status, impact level, and service models provided (where applicable). The Federal Risk Authorization and Management Program (FedRAMP) will serve as the minimum security baseline for all DoD cloud services. 4. Non-disclosure Agreement (NDA). All vendors are required to fill out and sign Attachment 2, APMS Industry Demo NDA. 5. Industry Demo Registration. All vendors are required to fill out Attachment 3, Industry Demo Registration, documenting who will be presenting and attending the demonstration event. Additional information required includes the Information Technology equipment that will be required to execute said demonstration. This document will serve as a catalyst for discussion during the scheduling process. 6. Questions and Recommendations. Vendors are encouraged to ask questions and provide recommendations with regard to the effort/event ahead of time. Attachment 4, Questions and Recommendations Form, is provided to facilitate that process. Responses to submitted questions will be provided to all vendors that responded to the RFI.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/W73QKK/RFI-ILSC-APMS/listing.html)
- Place of Performance
- Address: Department of the Army, TACOM ILSC, Soldier Product Support Integration Directorate, Natick, Massachusetts, 01760, United States
- Zip Code: 01760
- Zip Code: 01760
- Record
- SN04264205-W 20160911/160911092028-e018315ebe0f694acc600a65bad9d93d (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 |