Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 9, 2001 PSA #2847
SOLICITATIONS

D -- DMLSS/SAN DIEGO SYSTEMS CAROUSEL INTERFACE

Notice Date
May 7, 2001
Contracting Office
Department of the Interior, Minerals Management Service, Procurement Operations Branch, MS2500, 381 Elden Street, Herndon, Virginia 20170-4817
ZIP Code
20170-4817
Solicitation Number
1435-01-01-PR-31162
Response Due
May 21, 2001
Point of Contact
Suzanne Bell 703-787-1368 or Lane Donley 703-787-1346
E-Mail Address
Contracting Officer (Suzanne.Bell@mms.gov)
Description
SEE Note 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-20. The following provisions and clauses apply to this acquisition: 1) 52.212-1, Instructions to Offerors-Commercial (OCT 2000); 2) 52.212-3, Offeror, Representations and Certifications-Commercial Items; 3) 52.212-4, Contract Terms and Conditions-Commercial Items (APR 1998), with an addendum; and 4) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (AUG 2000). Solicitation Number 1435-01-01-PR-31162; the solicitation is issued as a request for proposals (RFP). Proposal are due NLT 21 May 2001, 1:00PM eastern time. This acquisition is 100% set aside for small businesses, all offerors must be able to qualify under North American Industry Classification System (NAICS) 541. This requirement is being issued by Gov.Works under the franchise authority of the Defense Medical Logistics Standard Support Automated Information System. Gov.Works/DMLSS intends to issue a contract. 1.1 DESCRIPTION OF REQUIREMENT. The Statement of Work (SOW) outlines the Defense Medical Logistics Standard Support Automated Information System (DMLSS AIS)/San Diego Raymond Systems Carousel Interface DMLSS AIS/Carousel Middleware requirements for the Naval Medical Information Management Center (NMIMC), Bethesda, Maryland on behalf of the Bureau of Medicine and Surgery (BUMED) and the Naval Medical Center (NMC) San Diego, California. The SOW is in support of NMIMC, the Joint Medical Logistics Functional Development Center (JMLFDC), BUMED, and NMC San Diego. 1.2 BACKGROUND. Deployment of DMLSS AIS for Navy Medicine is managed by NMIMC. Software development of DMLSS AIS is managed by JMLFDC. The Navy functional guidance for DMLSS AIS is provided by BUMED through the Naval Medical Logistics Command (NMLC). NMC San Diego has the only remaining Central Processing and Distribution (CPD) legacy medical logistics computer system within Navy Medicine that has not been replaced by the Military Healthcare System (MHS) tri-service mandated computer system known as DMLSS AIS. To successfully complete the replacement of the CPD system and deploy DMLSS AIS to NMC San Diego, a Commercially-available Off. The shelf (COTS) middleware product must be procured to interpret DMLSS AIS files in order to drive the NMC San Diego supply carousel. 1.3 SCOPE. The objective of this SOW is to procure a multi-year contract for middleware implementation and maintenance that will interpret DMLSS AIS files in order to drive the NMC San Diego carousel. This middleware in essence will translate the digital code generated in files transferred from the DMLSS AIS (Prism Software format) to the electrical impulses necessary to drive the NMC San Diego Raymond Carousel System. This middleware solution, in partnership with DMLSS, must meet all the requirements of NMC San Diego as documented in Tab A. 1.4 SOW. The contractor shall assess, fine-tune/customize, coordinate, configure, test, train, deploy, and sustain middleware hardware and software that will interpret DMLSS AIS files and drive the NMC San Diego Raymond Carousel System. The contractor shall provide a COTS software product that will drive the NMC San Diego Raymond Carousel System based on files generated by the DMLSS AIS program. The contractor shall coordinate with JMLFDC and NMCSD the file transfer protocols provided by DMLSS AIS to the contractor's middleware to the NMC San Diego Carousel, then from the middleware back to DMLSS. The data flow must be bi-directional. The contractor shall configure their middleware solution to provide all NMC San Diego requirements of supply-chain-management as noted in Tab A that are not provided by the current DMLSS software program. The contractor will test their middleware solution's ability to drive the NMC San Diego Raymond Carousel System; accept file transfers from DMLSS AIS; prepare and forward data back to DMLSS, and perform a simultaneous test of all actions.The customized middleware must be capable of residing on the Raymond Carousel System server or DMLSS server. The Raymond carousel server will be procured by NMIMC based on the specifications provided in Paragraph 1.5, Task #1. The contractor shall train NMC San Diego Information Management Department staff and the Material Management Department DMLSS AIS System Administrator on the day-to-day maintenance of the middleware solution and on basic troubleshooting techniques. The contractor shall deploy the middleware software at NMC San Diego concurrently with the DMLSS AIS deployment currently scheduled to begin 09 July 2001.The contractor shall provide a maintenance warranty in the base year of twenty-four hour, seven-day help desk sustainment support of their middleware solution. The contractor will also provide six option years of the same twenty-four hour, seven-day help desk sustainment support. 1.5 PROJECT SUPPORT Task 1 Assessment. The contractor will open communication with JMLFDC in order to document the current DMLSS AIS files that will be provided to the contractor's middleware program. Based on the acts of documentation, the contractor shall document the middleware actions required by their software program to meet all supply chain management requirements of Tab A. The contractor shall also provide the government with a statement of the quantity and minimum specifications for government provided Server, Central Processing Units (CPUs), and monitors.Task 2 Fine-tune Commercially Available Middleware Product. The contractor will provide middleware based on the requirements identified following completion of Task #1 above. To assist the contractor in their middleware customization: -- Tab B (to be provided upon request) provides the fields required within the contractor's middleware to accept data transferred from DMLSS AIS. -- The contractor's software must include basic diagnostic and troubleshooting software to be used by NMC San Diego to potentially eliminate the need to contact the contractor on every occurrence of carousel or middleware downtime. The software should also be capable of sending e-mail to General Stores supervisors warning of potential problems. -- The middleware must allow the individuals filling supply orders off the carousel to pick like items for multiple customers at the same time (Tote Picks). -- The contractor will assist JMLFDC, NMCSD, and NMIMC in the process of converting approximately 1800 carousel line items into their middleware solution. -- The middleware must be capable of managing multiple locations for the same product to assist in FIFO management. -- The middleware must be able to identify like items in different package sizes to direct carousel picking of the smaller order quantity and bulk warehouse picking of the larger package size. -- The middleware must allow "Hot Picks". This is where an emergent order can interrupt a non-urgent order, allow the urgent order to be filled, and then return to the non-urgent order with no loss of data. The middleware should be able to receive the "HOT PICKS" order from DMLSS and display that the order has been received, but not initiate filling the order until prompted by an end user (manual interrupt). Task 3 Coordination with JMLFDC. The DMLSS AIS-to-Middleware-to-Carousel file bi-directional data transfer must be closely coordinated between the contractor and JMLFDC. If at anytime disagreements occur where the requirements noted within Tab A cannot be fulfilled by either DMLSS AIS or the Middleware, the Contracting Officer Representative (COR) assigned to this contract must be immediately notified. The COR will then communicate the problem to the Contracting Officer, NMIMC, NMLC, and NMC San Diego and those four parties will determine the plan of action.Task 4 Configuration. Tab A provides all the requirements required to be filled by the contractor. The middleware should be configured such that it should be able to adapt the future releases of DMLSS AIS system. Task 5 Testing. Documented DMLSS AIS-to-Middleware-to-Carousel bi-directional testing must be accomplished onsite at NMC San Diego prior to the deployment of DMLSS AIS by the contractor and NMCSD in managing inventory, ordering, receipt, and carousel movement. JMLFDC will provide the DMLSS AIS server and DMLSS AIS software for this test. NMC San Diego will supply their Warehouse Carousel and carousel stock, and NMIMC will provide the middleware server. Results of that testing will be documented and provided by the contractor to NMC San Diego and NMIMC. Task 6 Training. Following successful completion of Task #5, the contractor will provide onsite DMLSS-to-Middleware-to-Carousel training for two separate shifts (AM and PM) at NMC San Diego. This training will include formal "See One, Do One, Teach One" classroom training with Step-by-Step "Screen Shot" handouts, and hands-on training. In addition, the contractor will provide basic troubleshooting techniques to those students specified above. Task 7 Deployment. The contractor's COTS middleware solution must be deployed to NMC San Diego's Central Stores Raymond Carousel System during the first week of the DMLSS AIS deployment.Note The DMLSS Deployment date will be set by the government and may be subject to change, based on the government's needs. Dates reflected in this SOW are projections, to be used for planning purposes only The middleware deployment will include: -- Onsite Middleware refresher training of NMC San Diego's staff during the first week of the NMC San Diego DMLSS deployment (09-13 July 2001). -- Deployment of Middleware software to NMC San Diego during the week of (09-13 July 2001). This deployment will include activation of four Central Stores Raymond Carousel banks allowing four electronic picking point locations in front and three loading points in the rear of the Central Stores Carousel system. Three additional middleware software stations will be required to allow for "Hot Pick" interruptions and supervisor inquiries. This configuration may be changed or updated during the time of the DMLSS AIS and middleware implementation. -- Full and live implementation of DMLSS AIS-to-Middleware-to-Carousel and back solution with the Central Stores Carousels during week number two of the DMLSS AIS deployment (16-27 July 2001. Task 8 Sustainment Support of the contractor's middleware product shall include: -- Warranted twenty-four hour, seven-day help desk support for one year. -- Six option years of twenty-four hour, seven-day help desk and response support. -- In all instances, the contractor's middleware shall be down no longer than 2 hours. d)The middleware should be compatible with intermediate and major DMLSS AIS releases. -- The contractor should upgrade the middleware as soon as they upgrade the tools that were used to create the middleware. 1.6 DELIVERABLES The deliverable timetable is as follows: -- DMLSS AIS Analysis Report (Task#1) (due 21 days after contract award) -- Middleware Requirements Report (Map) with Plan of Action and Milestones (Task#1) (due 30 days after contract award) -- Minimum Server, CPU, and Monitor Requirements Report (Task#1) (30 days after contract award) -- Tote Picks, FIFO, and Hot Picks plan (Task #2) (due 30 days after contract award) -- Testing of DMLSS AIS-to-Middleware-to-Carousel solution with one of NMC San Diego's Warehouse carousels (Task#5) (due 60 days after contract award) -- 70 days after contract award initial training of NMC San Diego Staff (Task#6) -- The contractor will provide onsite DMLSS-to-Middleware-to-Carousel training for two separate shifts (AM and PM) at NMC San Diego, and -- Training specific to troubleshooting techniques. -- 09 to 27 July 2001 deployment of middleware solution to NMC San Diego (Task#7) -- Progress Report due 30, 60, and 90 days after contract award containing the following sections: Accomplishments, Outstanding issues, Activities planned for the upcoming month, if applicable. These reporting requirements may be combined with documentation discussed above. -- All Reports will be provided to the COR in Microsoft Office V6.0 (or greater) format. Approval of Deliverables for Tasks 1-8. Acceptance of all deliverables will be the responsibility of the COR. 1.7 TRAVEL. Travel cost incurred for the life of this contract shall be borne by the Contractor. 1.8 GOVERNMENT FURNISHED MATERIAL. The government will provide access to DMLSS AIS documentation. The government will provide access to the Raymond Carousel System server or DMLSS AIS server for installation of the contractor's middleware solution. 1.9 PLACE OF PERFORMANCE/ HOURS. Work will be performed at the Joint Medical Logistics Development Center, Ft. Detrick, MD, NMC San Diego, the contractor's place of business, and any other designated site mutually agreed upon by the COR and the contractor. Tasking for this SOW will be performed normally between the hours of 0700-1600 PST, Monday through Friday, except during onsite NMC San Diego training, help desk support, and middleware down periods, when additional hours may be required. Contractor shall be available during these periods on an on-call basis. 1.10 SPECIAL INSTRUCTIONS. The contractor shall be required to work with contractors from other companies as designated by the Government. All applications, source code, documentation and data developed on this project remain the property of the government. The contractor is under legal obligation not to use or disclose any knowledge/systems they may gain or develop in the process to any one outside the Department of Defense. 1.11 PERIOD OF PERFORMANCE. A contract awarded as a result of this solicitation shall be for a period not to exceed 84 months beginning with the date of award. Proposal content (please provide an original and 3 copies) -- Technical and Cost Proposal Contents: A. The offeror shall prepare a technical proposal that will define in detail the offeror's capabilities and approach to meeting the requirements. The narrative with the offeror's proposal must be written in a clear, concise fashion describing precisely what the offeror proposes to do to meet those requirements. The technical proposal should include, but is not limited to the following information: 1)General technical approach to meeting the requirements; 2) Relevant organizational experience; 3) Resumes of personnel; 4) Names and phone names of 3 references for whom similar work has been done. B. The Offeror shall prepare a cost proposal that is priced for a base year plus six option years. Evaluation Criteria and Award Selection Each Offeror's proposal shall be evaluated according to the factors shown below. Factor A,B, and C, are roughly equal to each other. A. Technical Approach: (1) Understanding of the work, including creativity and thoroughness shown in planned execution of the project. (2) Discussion of specific methods and techniques for completing each discrete task . (3) Anticipation of potential problem areas, and creativity and feasibility of solutions to problems. (4) Discussion of logistics, schedule, and any other issues the Government should be aware of. (5) Knowledge of IT and commercial best practices. B. Past Performance: (1) The organization's history of successful completion of projects; history of producing high-quality reports and other deliverables; history of staying on schedule and within budget. (2) The quality of cooperation (with each other) of key individuals within your organization, and quality of cooperation between your organization and its clients. C. Key Personnel Qualifications (1) The currency, quality and depth of experience of individual personnel in working on similar projects. "Similar projects" is meant to convey similarity in topic, dollar value, duration, and complexity. D. Organizational Experience. (1) The degree of comparability of past projects to the current project, including number of projects, complexity, and dollar amount. (2) Appropriate mix and balance of education and training of team members. (3) Quality of the Program Management Plan and allocation of personnel and resources. CONTRACT AWARD Contract award shall be made to the responsible offeror whose offer, in conforming to the requirements, provides an overall best value to the Government, technical evaluation factors and cost considered. The government's objective is to obtain the highest technical quality considered necessary to achieve the projects objectives, with realistic and reasonable cost.
Record
Loren Data Corp. 20010509/DSOL002.HTM (W-127 SN50L3R7)

D - Automatic Data Processing and Telecommunication Services Index  |  Issue Index |
Created on May 7, 2001 by Loren Data Corp. -- info@ld.com