Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2018 FBO #6077
SOURCES SOUGHT

D -- Enterprise Resource Planning (ERP) Application - FA8771-18-R-2000 - FA8772-18-Q-2000

Notice Date
7/12/2018
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/HIK - Gunter, 490 East Moore Drive, MAFB - Gunter Annex, Alabama, 36114, United States
 
ZIP Code
36114
 
Solicitation Number
FA8772-18-Q-2000
 
Archive Date
8/3/2018
 
Point of Contact
Janice Woodson, Phone: 3344166116, Kurtavis Brown,
 
E-Mail Address
janice.woodson@us.af.mil, kurtavis.brown@us.af.mil
(janice.woodson@us.af.mil, kurtavis.brown@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Cover Letter RFI Description Requirement Description The Air Force Life Cycle Management Center's (AFLCMC) Command, Control, Communications, Intelligence and Networks (C3I&N) Infrastructure Division (AFLCMC/HNI) is issuing this Request for Information (RFI) to solicit insight into marketplace capability for providing centralized common services for three (3) separate Enterprise Resource Planning (ERP) implementations: Air Force Integrated Personnel and Payroll (AFIPPS); Defense Enterprise Accounting Management System (DEAMS); and Maintenance, Repair, Overhaul (MRO). Additionally, the capability to support existing infrastructure and services supporting Common Computing Environment (CCE) mission partners. The CCE program office through the ERP Common Services project will centrally support targeted Oracle E-Business Suite services on behalf of ERP mission partners. ERP Common Services are to be hosted in Department of Defense (DoD) hosted environments-current environments leverage DISA (Defense Information Systems Agency) Enterprise Computing Centers (DECCs). Oracle's SPARC Supercluster is the chosen engineered solution for the ERP common services platform. Additionally, there may be products required for services that do not run on SPARC Supercluster, x86 platform systems are the chosen complement. The CCE program office through the On-Premise project supports Air Force applications leveraging CCE services hosted in DECCs on x86 systems. The DECC environments host Windows, Redhat Linux, and Solaris systems. This request seeks information that is needed: •- To complete build of Development and Test environments as a platform •- To complete build of Production and Disaster Recovery environments as a platform •- To complete instantiation of the Common Services across the Development, Test, Production, and Disaster Recovery environments •- To operate and maintain all environments and services •- To partner with DoD and Air Force organizations in managing the environments •- To partner with CCE to maintain on premise services and service support environments •- To partner with CCE Mission Partners to maintain CCE delivered services and environments ERP Common "Services" (See Appendix A: Definition of Services ) include, but are not limited to: •- Infrastructure - SPARC Engineered Systems and x86 operating environments hosted by DISA •- VDI - Virtual Desktop Infrastructure (DISA VDI Service, VMWare on Windows/Linux) •- Test Services - Common Test Tools (currently not provided by Oracle) •- Developer Tools - Common Development Tools (some types are provided by Oracle) •- Systems Management - Monitoring & Management (OEM) •- Security Services - Oracle Identity and Access Management (OIAM) •- Enterprise Services - Enterprise Service Bus (Oracle SOA and ESB) •- Systems Management - Automated Configuration Management •- Business Intelligence - Oracle BI Enterprise Edition (OBIEE) CCE On-Premise support include but are not limited to: •- Level 2/3 Help Desk support and Field Assistance Service (FAS) Remedy tracking system •- Environment security support-Security Technical Implementation Guidelines (STIG) compliance and Plan of Action & Milestone (POA&M) documentation If the Air Force pursues this effort, the contract Request for Proposal (RFP) will be posted approximately fourth quarter of calendar year 2018. •1 Background As part of the Air Force's (AF) transition to the Joint Information Environment (JIE), the AF is establishing the AF Common Computing Environment (CCE). The AF intends to deliver capabilities by focusing on mandatory use of common computing platforms and commoditized infrastructure. The CCE is a consumer of services provided by DISA and a provider of common services including but are not limited to, Commercial Off The Shelf (COTS) products from Oracle, Microsoft and others. In other words, the Air Force is moving from being a hosting infrastructure provider to being a consumer of hosting services for Air Force applications. An AF objective is to establish ERP Common Services as a key step in consolidating the AF ERP portfolio on a common platform. The common platform includes Oracle eBS, Oracle Database, SPARC Supercluster and Oracle Fusion Middleware at current versions. Additionally, the AF will continue to maintain existing common services including Oracle databases and services, services from Microsoft, and other providers. Currently, each AF ERP mission partner procures, licenses, provisions, implements, and sustains stand-alone systems utilizing various hardware and software products, versions, platforms and support contracts. The redundancy of individual ERP implementations is inefficient, costly and does not allow for benefits that may be achieved though centralized, core services. Service Convergence is a set of potential steps in the service consolidation effort. The Air Force realizes not all services will be able to converge to a common platform; for example, some may only be able to converge to separate hardware running the same software while some could potentially converge to the same hardware and instancing their environment with the same software. An AF objective is to establish CCE ERP Common Services, an important step in progressing towards portfolio convergence. ERP Applications will adopt the individual services offered on differing schedules progressing towards convergence, as described below: Step Description 1. Common Environment Separate ERP service instances, different versions in one hosted environment. 2. Common Infrastructure Separate ERP service instances, different versions, running on the same platform, but sharing CCE services. 3. Common Versions Separate ERP service instances, upgraded to the same CCE ERP service version. 4. Common Instance ERPs share a single CCE application service(s), separate program data models. 5. Shared Data Model ERPs converge on a consolidated data set for each CCE service. CCE On-Premise consists of existing services and environments to be maintained. •2 RFI Questions : It is crucial respondents possess intricate knowledge of Oracle E-Business Suite, ERP capabilities, underlying Oracle services, with the ability to support continued operations. The AF is seeking experience in centrally managing services that are presently being applied by the aforementioned ERP systems and by CCE for existing capability. Answering the questions below, in full or in part, will provide important details about your capabilities in providing these services: •- Describe any existing contract award(s) that address core requirements expressed anywhere within this in this RFI. Please provide the Government Entity, Contract #, Title, and Point Of Contact information. •- Describe experience with designing, implementing and supporting Oracle E-Business Suite ERP solutions. •- Describe experience maintaining existing customer infrastructure and services. •- Describe experience with transition from prior system integrator support. •- Describe experience with related third party tools, such as Hewlett Packard Application Lifecycle Management. •- What other non-Oracle tools would you recommend to complement Oracle services? •- Describe your experience and capability in designing, operating and maintaining Operating Environments, such as Oracle's Supercluster engineered solution. •- Describe your recommended approach towards leveraging common services across ERPs to achieve a converged platform that provides multi-tenancy. •- Describe your typical contract type, terms, and conditions for a project of this size and complexity. •- Provide a list of your potential business partners and capabilities you or your potential business partners currently have that would support the completion and deployment of the CCE ERP project. •- Describe your staffing strategy to meet these requirements and identify where employees may be located. •3 Responder's Information Requested Provide the following information: •- Company Name and Commercial and Government Entity (CAGE) Code •- Physical address and web page URL •- Point of Contact for further clarification or questions •- Telephone Number •- Email Address •- Company overview and special considerations •- NAICS Code •- Size of business, small business classification (if any) •- Company ownership - domestic or foreign owned (if foreign, state country of ownership) •4 Guidelines for Responses To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. The Government shall not be liable for damages related to proprietary information that is not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to the RFI will not be returned. Responses to this RFI are requested to be submitted by e-mail to Ms. Janice Woodson, Janice.Woodson@us.af.mil, Mr. Phillip Rose, Phillip.Rose.8@us.af.mil, and Ms. Kerry Coburn, Kerry.Coburn.1@us.af.mil, no later than 1500 hours EST on 19 July 2018. Unclassified responses should be single-spaced, Times New Roman, 12 point font, with one inch margins all around, compatible with MS Office Word 2007, with a total page count not to exceed twenty (20) pages. Responses including attachments shall not exceed 10 MB. Each page of your package shall be printable on "8 ½ x 11" (letter paper) and/or "8 ½ x 14" (legal paper) sheets. Cover pages, tab dividers, title pages, glossaries and table of contents are not required. Delivery of a Compact Disc (CD) is acceptable to Ms. Janice Woodson (AFLCMC/HNK) 501 E Moore Drive Gunter AFB, AL 36114. Please note that some e-mail systems may block file types such as.zip or other macro-enabled extensions; respondents should verify legible receipt by e-mail. Any response submitted by respondents to this request constitutes consent for that submission to be reviewed by military personnel, Government civilians, DoD contractors and MITRE System Engineers. MITRE Corporation is a Federally Funded Research and Development Center (FFRDC) and, as such, fulfills an unbiased, non-profit role for the Air Force. The responses may be forwarded to other Government entities in consideration for applicability to other programs. After the Government reviews the responses, the Government may offer each vendor at their option to either come to Hanscom AFB, or participate in a telecom to conduct a one-on-one discussion. Please indicate in your response if you wish to participate in a follow on one-on-one discussion. Then if required, the Government may publish an updated RFI refined by all that preceded. Respondents are advised that the Government is under no obligation to provide feedback with respect to any information submitted. All submissions become Government property and will not be returned. All Government, DoD contractor and MITRE personnel reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information. If you have inquiries regarding this RFI, please email: Ms. Janice Woodson, Janice.Woodson@us.af.mil, or Mr. Phillip Rose, Phillip.Rose.8@us.af.mil. THIS IS NOT A SOLICITATION. IT IS A REQUEST FOR INFORMATION. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government is issuing this RFI in an effort to understand market availability, technical characteristics, cost, and functionality of Information Technology (IT) tools, applications, services or products capable of satisfying the life-cycle technical, functional, operational, and/or support, capabilities described in this RFI. Any information submitted by respondents to this request is strictly voluntary. The Government does not intend to award a contract on the basis of responses from this RFI or pay for the preparation of any information submitted or for the use of such information. All information received from this RFI will be used for planning and market research purposes only. It does not constitute an RFP or a promise to issue an RFP in the future. This RFI does not commit the U.S. Government to contract for any supply or service in any manner. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested parties' expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. •5 Appendix A: Definition of Services Infrastructure - Platform on which software is deployed (either virtual or physical hardware) Cybersecurity - Not a service but the effort to obtain authorization to operate on the network Virtual Desktop Interface (VDI) - Remote interface for secure access to the ERP environment from a user's device Common Test Tools - Capabilities needed to validate software releases Common Development Tools - Capabilities needed by system integrators/maintenance personnel to administer, develop ERP environment Systems Management (Mon & Mgt) - Performance management, monitoring and reporting of the applications, databases and systems Systems Management (Auto Config Mgt) - Automated ability to move software releases between instances and environments Security Services (OIAM) - Access management, self-service provisioning/spinning-down for the end user Enterprise Services (SOA/ESB) - Enables communication between applications, activity monitoring and application interaction/integration Application Services (OBIEE) - Reporting and analytics capability against Oracle's transactional instances Governance, Risk, Compliance - Ability to use IT to manage governance, risk, and compliance processes
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/SSGHQ/FA8772-18-Q-2000/listing.html)
 
Place of Performance
Address: Hanscom AFB MA, Boston, Massachusetts, United States
 
Record
SN04989658-W 20180714/180712231258-3414709af09e6a6ad59d6b234272e59d (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.