Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 15, 2020 SAM #6681
SOURCES SOUGHT

D -- Parts Forecasting Software

Notice Date
3/13/2020 5:44:55 AM
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
AVIATION LOGISTICS CENTER (ALC)(000 ELIZABETH CTY NC 27909 USA
 
ZIP Code
27909
 
Solicitation Number
70Z03820IB0000001
 
Response Due
3/23/2020 1:00:00 PM
 
Archive Date
04/13/2020
 
Point of Contact
Hayley W. Osmon, Phone: 2523847491, Summer L. Wood, Phone: 2523847498
 
E-Mail Address
hayley.w.osmon2@uscg.mil, summer.l.wood@uscg.mil
(hayley.w.osmon2@uscg.mil, summer.l.wood@uscg.mil)
 
Description
Sources Sought Notice The United States Coast Guard (USCG) Aviation Logistics Center (ALC) Business Operations Division (BOD) is performing market research to determine potential sources capable of providing Parts Forecasting Software. The Parts Forecasting Software must meet the functionality requirements listed in Attachment one (1) to this notice, Parts Forecasting Requirements, as well as the requirements listed below. The host system shall be owned and operated by� the contractor and will interface with the existing USCG Data Warehouse to gather raw inventory data, process historical demand data, part service life limits and provide recommended buy levels and timing information for use by USCG professionals. The service will include both consumable and repairable (rotable) parts (henceforth �service parts�). GENERAL: The vendor will be responsible for receiving USCG spare parts data via Electronic Data Interchange for loading into your Parts Forecasting Software. INFRASTRUCTURE: The Demand Forecasting Tool (DFT) shall be managed by the contractor at a non-government site. Vendor-provided client software agents are NOT permitted to be loaded onto USCG workstations. GOVERNMENT FURNISHED EQUIPMENT: The Government will not provide any hardware or server equipment. Oracle licenses, if required, will be provided to the contractor. CONTRACTOR FURNISHED EQUIPMENT: The contractor will provide all servers, peripheral equipment, network equipment, memory, storage, software and related components to provide a robust hosted system. The contractor will be responsible for all upgrades, technology refreshes, and maintenance of all hardware and software components. NETWORK INTERFACES: The contractor will be required to support AES 256 encryption for all interfaces with the USCG gateways and the USCG VPN over the life of the contract. USERS: The DFT will be used by Government employees or designated contract personnel (henceforth: Item Managers) primarily located at USCG Logistics Centers. The DFT needs to be accessible via standard internet connectivity to all USCG personnel. The system will provide the capability to support a minimum base population of 25 unnamed concurrent users. DATA: The system will be required to manage at least 50,000 inventory items. SOFTWARE: The system will provide the capability to optimize Supply Chain Management (SCM) activities. All upgrades and version changes will be approved by ALC prior to installation. DATA INTERCHANGE: The hosted system will provide EDI with the USCG�s Asset Logistics Management Information System (ALMIS). The contractor will gather data on a daily basis, after 2:00 a.m. EST and before 6:00 a.m. ESD as directed by the USCG. In addition, the contractor will provide processed parts data back to ALMIS before 6:00 a.m. EST, daily. GOVERNMENT FURNISHED DATA: Government furnished data will include supply chain data consisting of supply, inventory, location, part life limits and demand history data located in the ALMIS database. EDI between the USCG Data Warehouse (DW) and DFT will be accomplished with the supply chain data. In addition to the presentation on the hosted system, the processed data will be transmitted back to the ALC DW. HOSTING: The contractor will be responsible for all transitional elements of a hosted business salutation and industry standard logistics support elements to include Quality of Service (QoS) System Security Management,as defined in NIST 800-37, risk management services, Transport Layer integrity, Version Control, System Backup and Refresh activities, along with all other infrastructure services to ensure a level of robust support that will be defined in the Measures of Performance. COMPATIBILITY: All applications shall be compatible with the most current USCG standard workstation software image (currently Windows 10). This requirement will include, but will not be limited to, the Standard USCG image using Microsoft suite infrastructure. ACCESS: The applications suite will be accessible via a URL link located on the ALC/ALMIS portal from USCG workstations and will be accessible using Microsoft Internet Explorer Version X or greater. The USCG will provide the technical work to provide the URL on the USCG Portal. In addition, the system will be accessible via a secure internet link provided by the contractor. CUSTOMER SUPPORT: Support for the service shall be provided during the hours of 6:45 a.m. � 4:15 p.m. EST, Monday � Friday. Support will include, but will not be limited to the following: Technical issues regarding the EDI, QoS and network interface Technical Issues regarding the Data Quality Technical Issues regarding functionality of the software. The Government anticipates award of a one (1) year Firm-Fixed Price (FFP) contract, with four (4) one (1) year option periods using Federal Acquisition Regulations (FAR) Part 12 in conjunction with FAR Part 15, Contracting by Negotiation. The performance period will consist of a base year, with four (4) one (1) year option periods. The applicable North American Industrial Classification System Code is 511210, Software Publishers, and the small business size standard is $41.5M. This notice is to help the Government in determining potential sources only. It is not a request for proposals and in no way obligates the Government to contract for any supply or service. The information in this notice is subject to change and is not binding on the Government. Requested information: Company Name, address, telephone number, point of contact, CAGE Code Business Size, if Small, provide further small business classification(s) A summary description shall be submitted that details information on the company�s capability to provide the required software and meet the requirements set forth above. � All interested parties should respond via e-mail to Hayley.W.Osmon2@uscg.mil by March 23, 2020, 4:00 p.m. (EST). Questions concerning this sources sough notice may be directed to Ms. Hayley Osmon at Hayley.W.Osmon2@uscg.mil. Responses that do not provide the requested information cannot be used to help the Government make the appropriate acquisition decisions. The USCG will not reimburse any costs incurred by interested parties that respond to this notice.��� � Responses to this notice will not result in automatic distribution of any future solicitation for this requirement. If a solicitation is released, it will be published on the Beta SAM website at BetaSAM.Gov. Interested parties are responsible for monitoring the website for additional information pertaining to this potential requirement and must respond to any future solicitation to be considered for award. Remainder of page intentionally left blank
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c6714dc950d241adaed8dda90dbaab16/view)
 
Place of Performance
Address: Elizabeth City, NC 27909, USA
Zip Code: 27909
Country: USA
 
Record
SN05588874-F 20200315/200313230144 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.