Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 22, 2022 SAM #7695
SOURCES SOUGHT

R -- Munition Transportation Management System Services

Notice Date
12/20/2022 8:21:27 AM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
W6QK ACC-RI ROCK ISLAND IL 61299-0000 USA
 
ZIP Code
61299-0000
 
Solicitation Number
W519TC-23-R-KH00
 
Response Due
1/3/2023 10:00:00 AM
 
Point of Contact
Kelly Haertjens
 
E-Mail Address
Kelly.L.Haertjens.civ@army.mil
(Kelly.L.Haertjens.civ@army.mil)
 
Description
Request for Information Title: Joint Munitions Transportation Coordinating Activity, Munitions Transportation Management System The Army Contracting Command � Rock Island (ACC-RI) is issuing a request for information notice. This is not a solicitation for proposals, proposal abstracts or quotations. The purpose of this notice is to obtain information regarding the availability and capability of qualified contractors to provide services for the operational support, modification, and maintenance of the Munitions Transportation Management System (MTMS) application consisting of a client-server and web module. Interested parties should respond by providing a Capability Statement, see paragraph entitled �Capability Statement/Information Sought� on page 4. Purpose and Objectives: The Joint Munitions Command (JMC) Ammunition Depot Automation (ADA) office develops and manages the JMC transportation and traffic management programs for conventional ammunition and develops transportation programs to meet worldwide customer delivery requirements. The JMC Joint Munitions Transportation Coordinating Activity (JMTCA) has the Department of Defense (DOD) responsibility to consolidate and effectively coordinate the movements of the Joint Services� ammunition requirements. The MTMS is the electronic link that ties all the ammunition storage, production and shipping sites to the DOD supply chain. The MTMS is used to manage the ammunition movement life cycle, which includes two way exchanges of ammunition logistics data with numerous DOD systems. Currently, MTMS interfaces with 15 external systems. It currently exports data to four (4) systems, imports data from seven (7) systems, and has two-way data interchange with four (4) systems. These data interfaces are a mixture of Secure File Transfer Protocol (SFTP), Database (DB) link, and web services. Most of these interfaces have an interface support agreement and technical specification in place as identified by the Contracting Officer Representative (COR). The COR will identify any new interfaces or support agreements to the contractor. The COR will provide the technical requirements for the interface. Scope of Work: The contractor shall sustain and maintain operations of MTMS and all other computer programs, interfaces, communications links and databases associated with the MTMS such as the; Global Air Transportation Execution System (GATES), Logistics Modernization Program (LMP), Global Freight Management (GFM), and the Financial and Air Clearance Transportation System (FACTS). The interface modules listed above are not all inclusive of the MTMS. The contractor shall provide access to hosting services and make the necessary enhancements (i.e. Information Assurance, Cybersecurity upgrades, Cloud Directives, and user logon procedures) to MTMS to comply with DOD/Army/JMC mandates, necessary technology upgrades and changes required from outside the control of the ADA office. The contractor shall maintain system and user documentation that will support the operation, maintenance, and changes to the system. The contractor shall provide a 24/7 technical point of contact (POC) for customer support. The contractor shall adhere to security and Information Assurance (IA) requirements Project Requirements: The contractor must demonstrate a minimum of five years' experience in the following areas: 1. Operations Management: a. Ammunition Depot Operations. This effort includes, but is not limited to, all ����functions at the depot related to the execution of the distribution/shipment process �from the receipt of the Delivery Order to the final outload of the material. b. Ammunition transportation logistics. The efforts includes, but is not limited to, the knowledge of the TRANSCOM logistics community, the regulations mentioned in paragraph 2, the policy/procedures in shipping/transporting ammunition. c. Reporting and documentation requirements for ammunition movements and foreign military sales ammunition logistics. d. Ability to provide immediate support for operations on a 24/7 basis to assure no interruption of operations and support. 2. Working knowledge of Department of Defense (DoD) documents related to the movement and distribution of ammunition: a. DOD 4500.9-R-PART II, Defense Transportation Regulation Part II Cargo Movement. b. DOD 4000.25-1-M Military Standard Requisitioning and Issue Procedures (MILSTRIP). c. Code of Federal Regulations, Title 49 CFR Transportation. d. Military Standard 129R, Military Marking for Shipment and Storage. 3. Knowledge and ability to prepare and maintain interface agreements with United States Transportation Command (TRANSCOM), Surface Deployment and Distribution Command (SDDC), Navy, DoD, and other agencies. 4. Prepare and maintain documents describing software configuration, architecture, complete business rules, detailed design, data dictionary, specifications, user guides and training material. 5. Application Database Administration: a. Set-up, maintenance, and routine administration of the database definitions and data. b. User Accounts, Table Spaces, indices, triggers, and stored procedures. 6. Ability to use an agile-like software lifecycle process for changes to assure the rapid delivery of high-quality software that is aligned with customer needs. 7. Knowledge of Certification and Accreditation (Security Authorization Package): ���� a. Ability to support Certificate of Net worthiness process. ����� b. Ability to support Risk Management Framework (RMF) (formerly known as���� Defense Information Assurance Certification and Accreditation Process (DIACAP)) process. ���� c. Conduct Risk Assessments of application changes using DoD guidelines. ���� d. Understanding of the Defense Information Systems Agency (DISA) Security ��Technical Implementation Guide (STIG) process. 8. Ability to manage Change Control and Configuration Management: ���� a. Captures defects and proposed changes reported by the user community. ���� b. Knowledge of and experience in use of Microsoft Team Foundation Server. 9. Maintain interfaces and have the ability to establish new interfaces with DoD information systems that include but not limited to the following: ���� a. Integrated Booking System (IBS). ���� b. Financial and Air Clearance Transportation System (FACTS). ���� c. Global Air Transportation Execution System (GATES). ���� d. Integrated Data Environment (IDE)/Global Transportation Network (GTN) �Convergence (IGC) Program (IGC). ���� e. Defense Automatic Addressing System Center (DAASC). ���� f. Joint Hazard Classification System (JHCS). ���� g. Federal Logistics Information System (FLIS). ���� h. Logistics Modernization Program (LMP). ���� i. Global Freight Management System (GFM). ���� j. Worldwide Ammunition Reporting System (WARS). ���� k. Intelligent Road and Rail Information System (IRRIS). ���� l. Defense Table of Official Distances (DTOD). ���� m. Navy Logistics Center (NALC). ���� n. National Level Ammunition Capability (NLAC). ���� o. TRANSCOM Reference Data Manager (TRDM). ���� p. Security Assistance Ammunition Program Status Management Reports (APSMR). ���� q. Transportation Global Edit Table (TGET). ���� r. Cargo Movement Operations System (CMOS). ���� s. Monitoring Age of Ammunition Stockpile MAAS). 10. Ability to apply communication and data transfer protocols. ���� a. Knowledge of Oracle Heterogeneous Services and Oracle Generic ODBC. 11. Ability to support software upgrades and refresh in local network environment: ���� a. Manage application code. ���� b. Maintain production and development environments. ���� c. Support of HTML, Java, Java Server Pages, Oracle procedures, scripts, data validation scripts, C++. 12. Ability to conduct analyses of transportation data to assure conformance with interface and regulatory requirements. 13. Ability to perform freight classification function for ammunition transportation. 14. Ability to maintain special mission requirements related to Report of Shipment, Centralized Ammunition Management, and Commercial Bill of Lading processes. Other Important Considerations: Sources are expected to have a minimum of five years' experience in the Project Requirements, which should be clearly defined in the Capability Statement. Capability Statement/Information Sought: Respondents must provide, as part of their responses, information concerning each of the project requirements listed above along with (a) staff experience, including their availability, experience, and training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capabilities; and (e) examples of prior completed Government contracts, references, and other related information. Interested qualified contractors should submit a tailored capability statement for this requirement, not to exceed 20 single-sided pages (including all attachments, resumes, charts, etc.) presented in single-space and using a 12-point font size minimum, that clearly details the ability to perform the aspects of the notice described above. Information Submission Instructions: All Capability Statements sent in response to this REQUEST FOR INFORMATION notice must be submitted electronically via email to Kelly Haertjens, Contract Specialist, at Kelly.L.Haertjens.civ@army.mil in MS Word or Adobe Portable Document Format (PDF), by 12:00 PM, CDT, January 3, 2023. All responses must be received by the specified due date and time in order to be considered. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any contractor responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the contractor's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published on SAM.gov. However, responses to this notice will not be considered adequate responses to a solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/22d72ceaf4ee40318de7f2e18fb8f138/view)
 
Place of Performance
Address: Rock Island, IL 61299, USA
Zip Code: 61299
Country: USA
 
Record
SN06548807-F 20221222/221220230121 (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.