Federal Bid

Last Updated on 12 Sep 2008 at 8 AM
Combined Synopsis/Solicitation
Capitol Montana

InFor MPC Services

Solicitation ID 2008-D-153
Posted Date 26 Aug 2008 at 5 PM
Archive Date 12 Sep 2008 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Finance Division
Agency United States Senate
Location Capitol Montana United states

 

This is a combined synopsis/solicitation.  This announcement constitutes the only solicitation.  Proposals are being requested and a written solicitation will not be issued.  The United States Senate Office of the Sergeant at Arms (SAA) is seeking Contractors  for award of multiple Indefinite Delivery / Indefinite Quantity (ID/IQ) contracts to provide InFor MPC consulting services, technical support and upgrade assistance for the SAA's implementation of the Infor MPC Budgeting and Planning application.  Contracts will include one base year, from contract award and up to four one-year renewal option years.  Work under these contracts will be subject to the satisfactory negotiation of individual task orders issued on an as-needed basis.  There shall be no guaranteed minimum for the base year or the option years.  Contracts will include one base year, from contract award and up to four one-year renewal option years.  Work under these contracts will be subject to the satisfactory negotiation of individual task orders issued on an as-needed basis.

The SAA relies on Infor MPC for budget preparation and monthly forecasting.  The SAA is currently using Infor MPC version 7.2.2 running under IIS 6.0 on Windows 2003 Advanced Server and accessing an Oracle 10g database housed on a Sun server running Solaris 10.  A separate DBA organization manages the Oracle database.  The Budget and Forecasting database is currently defined with 3 custom dimensions with a data table (FINLOC_BASE) on the order of 9 million records and a reporting table (FINPER_BASE) on the order of 21 million records.  The SAA requires assistance in assessing the current architecture of the budget and forecasting database as it affects performance, in recommending any changes required to improve performance, and in performing an application upgrade to Infor PM BPA 10.x, the current release of the renamed product.  This would also include re-incorporating any customizations that are still deemed required.

Requirements:  The Vendor shall provide: 

1. Demonstration of  its corporate experience providing technical support and consulting services for the Infor MPC and successor products, such support and services to include implementing product upgrades, assessing existing implementations of the product, and providing actionable recommendations to improve the quality of those implementations..

2.         Demonstration of its ability to provide high-quality staff with experience in configuring and upgrading Infor MPC/PM BPA upgrades and technical design assessments.  Offerors shall provide resumes for all proposed professional personnel.  Personnel who are essential to performance will be designated as "Key Personnel".

3.         A table of labor categories and labor rates for staff whose resumes were provided as part of the response to item 2, above.  This information shall be provided for a twelve-month base period and four twelve-month option periods.

 

PROPOSAL  INSTRUCTIONS

Failure to provide a response to requirements 1 through 3 above will result in disqualification of the Vendor from consideration.  Proposals are due to the POC no later than September 11, 2008 at Noon EDT and must be submitted only electronically via e-mail to [email protected]. Response shall not exceed fifteen (15) pages (excluding resumes and past performance references).  The subject line of the email message should be 2008-D-153 InFor MPC.  

The Proposal must contain:

1) General Information about your firm: a) Company Name: b) Address: c) Point of Contact: d) Telephone Number: e) E-mail address: f) DUNS Number: and g) Tax ID Number;

2) A discussion of your firm experience and ability to meet requirements 1 through 2 above and a table of labor categories and labor rate per item 3 above.

3) Three past performance contract references which demonstrate your firm experience meeting requirements 1 through 2 above. 

      Past performance references must provide:

a) Name of the Customer/Company;

b) Name and phone number of the primary contact with Customer/Company. 

c) Brief description of contract; and

d) Contract value (total). 

Access to information in any files attached to the response is the responsibility of the submitting party.  The SAA is not responsible for any failure to access information.  If suitable responses are received from qualified sources, the SAA anticipates the award of multiple IDIQ contracts in September 2008.  .

All questions concerning this announcement shall be submitted only in writing via email to [email protected] to the attenti0on of Kathleen M. Haddow no later than Noon EDT September 2, 2008.  Questions received after the due date and time will not receive responses.   

Late proposals will not be accepted and information or clarifications will not be provided by telephone.  Responses to questions and any clarifications will be posted on the FBO.gov website so that all Offerors have access the information.  It is the Offerors responsibility to monitor the FBO.gov website.  Personal visits for the purpose of discussing this announcement prior to the closing date of this announcement will not be entertained or scheduled

TELEPHONE REQUESTS FOR ADDITIONAL INFORMATION WILL NOT BE HONORED.  THE SENATE OR THE SAA WILL NOT BE RESPONSIBLE FOR ANY COSTS FOR THE PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT.  THIS NOTICE CONSTITUTES THE ENTIRE SOLICITATION AND IS THE ONLY INFORMATION PROVIDED BY THE SAA OR SENATE. 

 

 

 

 

Bid Protests Not Available

Similar Past Bids

Hill New hampshire 23 Apr 2015 at 4 PM
Fort bragg North carolina 17 Aug 2018 at 2 PM
Hill New hampshire 16 Nov 2012 at 8 PM
Location Unknown 26 Jan 2009 at 1 PM
Center Kentucky 14 Dec 2011 at 6 PM