Federal Bid

Last Updated on 09 Jun 2016 at 8 AM
Combined Synopsis/Solicitation
Penn Pennsylvania

Oracle PCM

Solicitation ID W912BU-16-T-0043
Posted Date 09 May 2016 at 3 PM
Archive Date 09 Jun 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Penn Pennsylvania United states 19107
CENAP-CT-S 26 April 2016

FedBizOps

Action Code: Combined Synopsis/Solicitation

Class Code: R

Subject: Oracle PCM Management and Development

Solicitation No.: W912BU-16-T-0043

Set-Aside Code: 100% Woman Owned Small Business Set-Aside

Response Date: Monday, 25 May 2016 1:00 PM

Place of Performance: Philadelphia District Headquarters and Web

Contracting Office: U.S. Army Corps of Engineer District, Philadelphia, Wanamaker Building, 100 Penn Square East, Philadelphia, Pennsylvania 19107-3390

Description of Work:

1.0 INTENT OF POSTING
This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulations (FAR) Subpart 12.6 and Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will be included as part of this synopsis notice. This office will not accept any telephonic, written, or faxed requests for a copy of the solicitation.
The Solicitation Number for this acquisition is W912BU-16-T-0043 and a separate attachment (SF1449) is issued as
a Request for Proposals (RFQ).

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-87, dated 6.April 2016.

This requirement is being solicited as 100% Women Owned Small Business Set-Aside under NAICS 541519 (Other Computer Related Services), size standard is $27.5 Million.

The U.S. Army Corps of Engineers, Philadelphia Engineering District, intends to issue a Firm, Fixed Price (FFP) Indefinite Delivery, Indefinite Quantity (IDIQ) contract for Oracle PCM Management and Development. The offer for services will include A Base Period and Two Option Periods. Award will be made to the lowest priced offer that meets or exceeds the required experience as specified in this requirement.

Service Contract Act Wage Determination No. WD 05-2449 (Rev.-17) is applicable to this procurement.
FAR Provisions and Clauses applicable to this acquisition are provided on an attached SF1449 and are incorporated in their entirety. Each offer is required to fill out and sign the SF1449 and return a signed copy along with their proposal by the closing date and time listed.

 

2.0 SUMMARY OF WORK

The US Army Corps of Engineers, Philadelphia District will place a Base Year and two (2) Option Year, IDIQ, Firm Fixed Price (FFP) Contract for Oracle PCM Management and Development. The attached PWS/SOW describes this effort. The award of Delivery Orders resulting from this RFQ is subject to the availability of funds. The Base Year and Option Year minimum orders are $1,000.00 and Maximum $33,000.00 each year for a total contract ceiling of $99,000.00.

A summary of work to be performed is as follows:

Provide professional services to US Army Corps of Engineers- Philadelphia District to assist in continued deployment and expansion of Oracle Contract Manager Suite (PCM). This is a Commercial-Off-The-Shelf (COTS) Software that was acquired to assist the District with contract management. It has multiple components, outlined in Appendix D - Oracle slide presentation. These components exist in a dual environment (Production and Development/Test). They currently reside at USACE's Central Processing Center (CPC) in Linux environments

The period of performance will be:

Base Year 15 May 2016 through 14 May 2017
Option Year One (1) 15 May 2017 through 14 May 2018
Option Year Two (2) 15 May 2018 through 14 May 2019

3.0 EVALUATION FACTORS

(a) Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The two evaluation factors that will be used in determining the most beneficial proposal to the government are: Cost/Price and Experience. To receive consideration for award, a rating of no less than "Acceptable" must be achieved for the experience factor. Price will be the most significant factor in consideration of award. Tradeoffs are not permitted. Proposals are evaluated for acceptability but are not ranked using the non-cost/price factors.

A. FACTORS TO BE EVALUATED

1. COST/PRICE

2. EXPERIENCE (WORK EXPERIENCE AND QUALIFICATIONS)


B. EVALUATION APPROACH

1. COST/PRICE EVALUATION APPROACH:
The Government will evaluate price by adding the total of all prices, including all options. Pricing shall be in accordance with the CLIN structure detailed in Section B "Supplies or Services and Pricing" of the RFP. Further breakdown of each line item may be requested during evaluations to determine price reasonableness.

2. EXPERIENCE EVALUATION APPROACH
• Should have experience with US Army Corps of Engineers, have understanding of its business process, Project Management(P2) data, and able to coordinate and provide technical expertise to ACE-IT(USACE Information Technology component). This is included but not limited to
• Contractor must also have 15 years' experience implementing, deploying, and training for Oracle Contract Manager. Implementation experience on Red Hat Linux environments is required.
• Contractor must have 5 years' experience implementing, deploying, and training with Oracle BI publisher Enterprise and experience in implementing forms for data input.
• Contractor must have 5 years' experience with Oracle WebLogic.
• Contractor must have 10 years' experience using and troubleshooting Oracle database and SQL Server environments for PCM.

If no Experience information is received from the offeror, the offeror will not be considered for this award and will be deemed as non-responsive.

C. DEFINITIONS

Experience - The experience rating will be expressed as an adjectival assessment of acceptable or unacceptable.

1. Acceptable - Based on the offeror's provided experience narrative, the Government has a reasonable expectation that the offeror will successfully perform the requirement. If no information on the required experience is received from the offeror, they will receive an unacceptable rating. Due to the specialized nature of the work described in the SOW/PWS, it is necessary that the Offeror demonstrate satisfactory performance of qualification claimed. Low to Moderate Performance Risk.

2. Unacceptable - Based on the offeror's experience narrative, the Government has no reasonable expectation that the offeror will be able to successfully perform the requirement. Vendor has not met the qualification levels described herein on similar jobs, on-site government personnel have had multiple negative experiences with the vendor's personnel, and customers the vendor provided as evidence of similar/like work were unsatisfied with overall vendor performance on similar jobs. - High Performance Risk.

(b) Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The two evaluation factors that will be used in determining the most beneficial proposal to the government are: Cost/Price and Experience. To receive consideration for award, a rating of no less than "Acceptable" must be achieved for the experience factor. Price will be the most significant factor in consideration of award. Tradeoffs are not permitted. Proposals are evaluated for acceptability but are not ranked using the non-cost/price factors.

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(d) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

4.0 SUBMISSION INSTRUCTIONS

1. Proposals, consisting of Cost/Price information and a Technical Proposal, shall be submitted.
2. PROPOSAL SUBMISSION

Proposals shall be submitted in two (2) separate sections.

Section I- Cost/Price Proposal
The contractor shall provide pricing on the supplied schedule B of the SF1449.

Section II- Experience
For Experience/Qualification Evaluations, offerors shall demonstrate a clear understanding of all processes involved in solving the problems and meeting the requirements presented in the PWS/SOW.

This is a FFP type Indefinite Delivery, Indefinite Quantity Contact; price must be submitted in accordance with the line items in the RFP.
Experience/Qualifications will be determined by how the Offeror demonstrates satisfactory performance of Oracle PCM management and development and is a highly specialized operation that needs specific management skills and coordination.

Contractors are required to describe a minimum of 2 jobs that they have performed within the past 5 years performing Oracle PCM management and development, describe how difficult the jobs were that they did, and what they did to be successful in completing the jobs.

**Failure to provide this information will result in your proposal being deemed "Non-Responsive"**

Section III-CLINS and Quote Development:

1. CLINS 0001ABC, 0002ABC, and, 0003ABC are to be fully blended and bonded, per hour rates for each specialty. The hourly quotation will include Labor Cost, G & A, overhead and fee. Subsequent Delivery Orders will be developed with these prices.
2. ODC CLIN (0001D, 0002D, 0003D). Do not quote this line. If Other Direct Costs (ODC's) are required for a Delivery Order DO) (travel, costs of CDRL's, reports, etc.), they will be quoted at the time the DO requirement.

All responses shall be written in a narrative format that shall not exceed 10 pages. The narrative shall be typed and written in Times New Roman 10-12 PT Font. All submissions shall be in English. The following format shall be utilized.

A. Contractor Identification Data, to include:
1. Contractor data (Name, Address, Zip Code)
2. Cage Code and Current SAM Registration for "All Awards"
3. DUNS
4. Small Business Status (WOSB)
5. POC - Primary contact name, telephone number and e-mail address. This person should be the decision maker and capable of contractually obligating the company.
6. Background or brief history of the company.

B. The dissertation of the contractor's understanding of Experience/Qualifications performance of Oracle PCM management and development. The description will be thorough in the actions that the contractor will take to manage the project and reduce the risk of failure. Discussions of potential failures and subsequent recovery from the failure will determine the contractor's understanding of all of the risks involved and methods of mitigation.

A Request for Quote (RFQ) number W912BU-16-T-0043(the solicitation) is a separate attachment with a closing date of Monday, May 9, 2016 1:00 PM. Hard copies will not be available and telephonic, written or fax requests will not be accepted. The official media for distribution of this RFQ is Federal Business Opportunities (FBO). Contractors may download the Combined Synopsis/Solicitation (including any drawings) and any amendments via the FBO web site at www.fbo.gov. It is the Offerors responsibility to monitor the FedBizOpps web site for any amendments. Interested firms must register at FedBizOpps in order to access the solicitation. Offerors are responsible for printing copies of the RFQ and any amendments. One (1) copy of the Offeror's proposal may be submitted electronically to [email protected] . If there are any amendments to this requirement, all amendments must be acknowledged, signed, and electronically submitted with the proposal at time proposals are due.

All contractors are required to be registered in the System for Award Management (SAM) before award as required by DFARS 204.7300 and registered for "All Awards". Information on getting registered may be obtained by accessing the SAM website at www.sam.gov. Additional instructions will be included in the solicitation. Also, firms who receive a Federal contract in excess of $30,000.00 are required by legislation to submit an annual VETS Report on your employment of targeted veterans. Information on submitting your report may be obtained by accessing the following internet web site: www.va.gov.



Linda M Dobbs
Contracting Officer
Supply & Services Branch

Scope of Work
Professional Services

Duration: One Base year and Two Option Years

Contractor Qualifications:

• Experience with US Army Corps of Engineers is recommended. Having an understanding of its business process, Project Management(P2) data, and able to coordinate and provide technical expertise to ACE-IT(USACE Information Technology component) would be beneficial. This is included but not limited to
• Contractor should also have 15 years' experience implementing, deploying, and training for Oracle Contract Manager. Implementation experience on Red Hat Linux environments is required.
• Contractor must have 5 years' experience implementing, deploying, and training with Oracle BI publisher Enterprise and experience in implementing forms for data input.
• Contractor must have 5 years' experience with Oracle WebLogic.
• Contractor should have 10 years' experience using and troubleshooting Oracle database and SQL Server environments for PCM.

Background:

Provide professional services to US Army Corps of Engineers- Philadelphia District to assist in continued deployment and expansion of Oracle Contract Manager Suite (PCM). This is a Commercial-Off-The-Shelf (COTS) Software that was acquired to assist the District with contract management. It has multiple components, outlined in Appendix D - Oracle slide presentation. These components exist in a dual environment (Production and Development/Test). They currently reside at USACE's Central Processing Center (CPC) in Linux environments ( subject to change, see Appendix A- Current Config.). Reporting has been developed with the software suite that is in regular use (see Appendix B for sample).

Services:
The Contractor shall provide the services listed below for the services related to the maintenance of Oracle Contract Manager Package and all of its subparts:
• Application technical support- This includes but is not limited to: Tech support for upgrades, migrations, and deployments of new environments
• Application configuration
• Data Integration/IT Consulting
• Software testing
• Application customization
• General programming/report writing and application support
• Expansion of reporting to meet mission requirements
• Preparing of training curriculum and providing training as the mission requires
Services shall be provided on tiered structure (e.g. Software Developer/Report Writer, Training instructor, IT Consultant)


Business Integration Consultant/IT Consultant:
General Experience: Business Integration Consultant III possess at least seven years of experience in information systems implementation, change management efforts or business process redesign.

Functional Responsibility: Business Integration Consultants apply their broad management skills and specialized functional and technical expertise to guide project teams in delivering client solutions. Business Integration Consultants provide subject matter expertise in industry, process or technology areas. A Business Integration Consultant is qualified to perform such tasks as: Plan and manage the work of information systems project teams Design and implement new organization structures Conceptual design and development of training curricula Assist an organization translate its vision and strategy into core human resource and business processes Lead clients through streamlining, reengineering and transforming business processes

General Experience: possess at least seven years of experience in information systems implementation, change management efforts or business process redesign, including at least 6 months experience in premium technologies.


System Analyst/Report Writer

General Experience: Systems Analyst III possess at least five years of experience performing systems development, testing, conversion, and production support tasks on large-scale client-server and mainframe systems. Systems Analysts have strong analytical and technical skills and have been trained in the use of systems development methodology. Must have experience with Weblogic and Oracle BI publisher.


Functional Responsibility: The Systems Analyst analyses functional and technical requirements, prepare systems designs and specifications, and perform systems development, testing, conversion, and troubleshooting

 

Implementation/Training SME:
General Experience: possess at least seven years of experience in information systems implementation, change management efforts or business process redesign, including at least 6 months experience in premium technologies.

Functional Responsibility: System Implementation Specialists possess special skills in premium technologies, such as packaged enterprise software tools (e.g., Baan, SAP, PeopleSoft, Oracle,) and other premium market-driven technologies. A Systems Implementation Specialist is qualified to perform tasks such as:
• Develop functional and technical information system designs.
• Supervise analysts in the development of software designs, computer programming, system testing or training curricula
• Lead business process redesign teams in the development of new business process architectures.
• Design training programs for information systems users
• Participate in quality reviews to ensure work complies with specified standards
• Develop team work plans Perform workflow analysis


CLINS and Quote Development:

3. CLINS 0001ABC, 0002ABC, and, 0003ABC are to be fully blended and bonded, per hour rates for each specialty. The hourly quotation will include Labor Cost, G & A, overhead and fee. Subsequent Delivery Orders will be developed with these prices.
4. ODC CLIN (0001D, 0002D, 0003D). Do not quote this line. If Other Direct Costs (ODC's) are required for a Delivery Order DO) (travel, costs of CDRL's, reports, etc.), they will be quoted at the time the DO requirement.

Appendices
Appendix A - Current Hardware Configuration at Data Center
Appendix B - PRB Reporting Samples
Appendix D - Application Capability Presentation

 

Bid Protests Not Available

Similar Past Bids

Holloman air force base New mexico 17 Mar 2000 at 5 AM
Pinon Arizona 06 Sep 2017 at 2 PM
Ridgecrest California 22 Aug 2015 at 7 PM
Wolfe West virginia 30 Mar 2018 at 5 PM
Mechanicsburg Pennsylvania 06 Mar 2018 at 2 PM

Similar Opportunities