COMMERCE BUSINESS DAILY ISSUE OF JUNE 5, 2001 PSA #2865
SOLICITATIONS
D -- AIR FORCE EPURCHASE CARD PROGRAM
- Notice Date
- June 1, 2001
- Contracting Office
- Materiel Systems Contracting Division, 4375 Chidlaw Road Rm C022, Wright-Patterson AFB OH 45433-5006
- ZIP Code
- 45433-5006
- Response Due
- June 18, 2001
- Point of Contact
- James E. Leighty (937) 904-0471
- E-Mail Address
- click here to contact the contracting officer via (james.leighty@wpafb.af.mil)
- Description
- Sources Sought I. The Directorate of Contracting, Headquarters Materiel Systems Group (MSG), is seeking capability statements from qualified sources for the Air Force (AF) electronic Purchase Card Program. In FY00, approximately 85,000 AF cardholders placed 2.7 million transactions for a total of $1.3 billion. The ePurchase Card program is envisioned to enable world-wide AF Government Purchase Card (GPC) users to make, manage and monitor purchases up to the current threshold of $25,000 using an Application Service Provider (ASP) model and an integrated, standards-based, open architecture, Commercial-Off-The-Shelf (COTS) solution. The system will allow for all 500K -- 800K AF employees to "select" items to be purchased (i.e., browse the catalog and place items in a "shopping cart"); however, only cardholders (85K) will execute the purchase. The following features and components are desired: a. Defined and enforced business rules b. Single, unified AF GPC catalog view, and robust catalog search engine c. Catalog visibility of mandatory sources and best values d. Automated periodic updating of supplier catalog prices and content e. Automated workflows for required coordination and approvals (role-based) f. Ease of GPC transactions and transaction recording to include "off-catalog" purchases g. Standardized transaction records h. Ability to automate auditing, balancing and reconciling i. Ability to integrate with and allow access via the AF Portal j. Ability to interface with appropriate bank and AF legacy systems k. Implement and maintain user accounts, catalog content, business rules, and workflows l. Electronic and email notification of user-defined significant events m. Purchase intelligence assistance in identifying trends and opportunities for improvement n. Supplier delivery and performance tracking o. Standardized and ad hoc reporting capability p. Ability to enable users to self-register q. Ability to provide on-line training r. Single log-on with role-based access allowing users to hold multiple roles II. Objectives The objectives of this acquisition are to implement an AF eProcurement capability that: a. Is a Web-based, secure COTS solution b. Accommodates AF-wide GPC transactions from 500K -- 800K users (including requestors, purchasers, approvers, and surveillance personnel) c. Manages catalog content from nearly 1,200 vendors, to include establishing and updating catalog pricing and other terms and conditions d. "Is as easy to use as Amazon.com" e. Employs a cost model that: i. Requires no up-front AF investment ii. Provides for vendor recoupment at the time of transaction iii. Pays for Government Program Office costs f. Uses an Application Service Provider (ASP) approach g. Accommodates re-engineering of AF GPC business process h. Tracks GPC purchase history to leverage AF buying power i. Quickly increases GPC user efficiency/productivity j. Automates interfaces/integration with legacy systems k. Is rapidly and incrementally deployable l. Is available AF-wide within 18 months III. Capabilities -- Capability statements are being requested from all interested contractors. All contractors, large, small, small disadvantaged, 8a, women owned businesses and HUB Zone Businesses are encouraged to participate. The NAIC code is 541519 and the size standard is $18,000,000.00. Contractors that are deemed capable, by the Government of satisfactorily performing in the areas identified below will receive a Request For Proposal (RFP). Proposals will consist of a written technical and cost submittal with an oral management and approach presentation. The Government is contemplating selecting two approaches for a subsequent fly-off/proof of concept. The Government anticipates a three (3) year requirements type contract with four (4) one-year award terms based on successful performance (e.g., system availability, responsiveness, administrative efficiency for catalog content and user accounts). Please submit Capability Statements NLT 0800, 18 Jun 01. As a minimum, the areas listed below must be addressed. a. Relevant ASP experience b. Role of experience: prime, sub-contractor, integrator, content manager, etc. c. Listing of current customers and points of contact including any DoD/AF implementations d. Listing of any previous DoD/AF implementations and points of contact e. Detail of any relevant current and previous implementations, including: i. number of locations ii. annual transaction dollar amount iii. number of users iv. annual transaction volume/throughput v. number of supplier catalogs included vi. name of COTS eProcurement software employed vii. type of hosting arrangement (vendor- or client-hosted solution) viii. information assurance and security methods (network, transaction, data) ix. legacy systems interfaces/integration x. technology employed to receive catalog data and transmit orders xi. approach to training and change management xii. description of how the capability was deployed to users f. Degree of COTS solution Standards compliance (e.g. Global Combat Support System [GCSS-AF], Joint Technical Architecture [JTA], commercial standards, etc) g. Complexity of making COTS solution compliant with FMFIA and standards. h. Minimum bandwidth and performance requirements (client hardware and network) IV. Submission -- The capability statements shall be sent electronically to Contracting Officer, James Leighty at James.Leighty@wpafb.af.mil, and are due by 0800 Eastern Standard Time, 18 June 2001. In your submittal please indicate your size status. Capability Statements shall adhere to the following limitations: (a) No more than 10 pages single-spaced, typewritten 8 x 11. (b) Font no smaller than 10 pitch. (c) Minimum top and bottom margin of " and left and right margins of ". Any questions may be addressed to James Leighty at (937) 904-0471 or Marcella Caldwell at (937) 904-0465 or email Marcella.Caldwell@wpafb.af.mil.
- Record
- Loren Data Corp. 20010605/DSOL015.HTM (W-152 SN50N6Z4)
| D - Automatic Data Processing and Telecommunication Services Index
|
Issue Index |
Created on June 1, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|