Integrated Personnel and Pay System - Army Increment II
This Request for Information (RFI) is for market research and planning purposes only. The purpose is to gain knowledge of the interest, capabilities and qualifications of Industry that can be used to ... This Request for Information (RFI) is for market research and planning purposes only. The purpose is to gain knowledge of the interest, capabilities and qualifications of Industry that can be used to satisfy the requirement. It is not to be construed as a commitment by the Government, nor is it to be considered as a Request for Proposal (RFP), or as an obligation on part of the Government to acquire any products or services. Objective: The US Army Contracting Command - New Jersey is issuing this RFI to survey the market for potential system integrators capable of designing, developing, and deploying a Human Resources (HR) Enterprise Resource Planning (ERP) solution based on the Oracle PeopleSoft Commercial-Off-The-Shelf (COTS) product. Background: The objective of Integrated Personnel and Pay System - Army (IPPS-A) Increment II is to develop and deliver a single, integrated, multi-component personnel and pay system which streamlines Army HR, enhances the efficiency and accuracy of Army personnel and pay procedures, and supports Soldiers and their families. At full deployment, the total system will provide the following capability to the Total U.S. Army Force including the Active Army, the Army Reserves, and the Army National Guard: •(1) Single Comprehensive Personnel and Pay Record •(2) Self Service Access •(3) Data Standardization •(4) Integrated Personnel and Pay •(5) Strength Management and Accountability •(6) Personnel Asset Visibility •(7) Efficiencies Gained by Workflow •(8) Cross Component Support •(9) Business Process Standardization •(10) NIPRNet and SIPRNet Integration with Cross-Domain Support IPPS-A Increment II includes incremental builds of system functionality, adding new personnel and pay capabilities with each release. IPPS-A is a Defense Business System acquisition program under the Milestone Decision Authority of the Army Acquisition Executive. It is managed by the Army Program Executive Office Enterprise Information Systems (PEO EIS), IPPS-A Project Management Office, in Arlington, VA 22202. PEO EIS develops, acquires and deploys tactical and management Information Technology systems and products and is a Systems Acquisition, Development and Integration Center of Excellence. Sources responding to this request for information must provide the following information: 1. Brief Summary of the company, to include: Company Information Company Name: Company CAGE Code: Company DUNS Number. Company Address: Company Website (if available): Company Phone #: Company email: Company Representative and Business Title: Company Socioeconomic Classification: Please identify your company's business size standard based on the primary North American Industrial Classification System (NAICS) code of 541512. For more information, refer to http://www.sba.gov/content/tablesmall-businesssize-standards: Small Business (SB), (8) (a), Woman-Owned (WOSB), Economically-Disadvantaged Women-Owned (EDWOSB), Veteran-Owned and Operated (VOSB), Service-Disabled Veteran-Owned (SDVOSB), or Historically Underutilized Small Business-Zone (HUB Zone), Historically Black College and Universities/ Minority Institutions (HBCU/MI) 2. Does your company possess the capabilities to implement an ERP solution based on Oracle PeopleSoft? Discuss your qualifications in providing a Federal ERP solution based on Oracle PeopleSoft. 3. What are the core competencies of your employees that would support the above requirements? Also, provide the total number of individuals currently employed by your company that have Oracle PeopleSoft implementation experience. 4. Does your company currently possess a facility clearance, and do all employees that would support the subject requirements have a SECRET Clearance? How many of the employees with Oracle PeopleSoft implementation experience also possess a SECRET clearance? 5. Does your company possess an approved Defense Contract Audit Agency (DCAA) accounting system? 6. If your company has delivered an ERP solution based on Oracle PeopleSoft, how long did it take from the start of the design phase to complete full deployment? What was the number of users? How many custom objects were developed? What was the number of system interfaces? 7. What information and/or documentation would your company require to transition into this program and take over the implementation of an Oracle PeopleSoft solution from the existing system integrator? 8. Provide the requested information for up to five (5) projects your company/team has performed within the past five (5) years. Complete one table per project, one page per table. Agency/Customer: Project Name: Please provide as much of the following information as possible: a. Contract number(s) b. Were you the Prime or Subcontractor? c. Identify the agency or non-government customer Point of Contact (POC), email address, phone number, and a brief description of your direct support of the effort. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar items commercially. d. Aggregate dollar value of entire contract your company held. e. Is the work similar in scope to that of the above performance capabilities and attributes? f. Period of Performance (for base and options). g. Description of Work Performed, including list of modules/functionality deployed, number of users, and length of time the solution has been in production use. h. Security Clearance Requirements (number of personnel and level of clearance and/or designation). Interested parties with the capabilities to meet the above requirements should electronically submit RFI responses of not more than eight (8) pages, to include 1 page per table to address the information requested in the above question #8, 8.5" x 11" paper, 12-point, Times New Roman font, with a minimum of one (1) inch margins all around, discussing your company's ability to meet the above requirements. The response should include a complete discussion of the ability to meet the above stated requirements and capabilities, contractor's facility availability and staffing capabilities. The supporting documentation must be in sufficient detail to enable the Government to determine if the potential vendor has the required capabilities for this effort. Responses should also include a cover letter (not included in the page count).
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »