Request for Information - FY25 Combined Indianapolis System Support
ID: HQ0423240923Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEFENSE FINANCE AND ACCOUNTING SERVICE (DFAS)DFAS ADMINISTRATIVE SVCS - COLUMBUSCOLUMBUS, OH, 432131152, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)
Timeline
    Description

    The Department of Defense, through the Defense Finance and Accounting Service (DFAS), is seeking qualified vendors to provide system support for the Combined Indianapolis System, which includes the DATAAPS, HQARS, and WIA systems. The procurement aims to secure specialized resources to ensure compliance and integration of existing and new Enterprise Resource Planning systems, requiring expertise in specific programming languages and relevant experience in system management and support. This opportunity is critical for maintaining the operational integrity of essential accounting systems within the DoD, emphasizing the need for skilled labor in areas such as contract management, data migration, and software engineering. Interested parties must submit their responses by October 7, 2024, to the primary contact, Patrina James, at patrina.l.james.civ@mail.mil, or the secondary contact, Diana Scruggs, at diana.m.scruggs.civ@mail.mil.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for the Defense Finance and Accounting Service (DFAS) to support the DISA Automated Time Attendance and Production System (DATAAPS), Headquarters Accounting Reporting System (HQARS), and Wounded in Action (WIA) system. It identifies ten crucial tasks including contract program management, production support, project tracking, information assurance, system integration, functional and business process improvement, customer support, software support, and knowledge management training. The contractor's responsibilities entail software engineering, development, testing, and maintenance to ensure compliance with DoD standards. The work requires a commitment to data conversion, management, and security requirements, emphasizing the need for collaboration and timely reporting. Additionally, contractors must facilitate remote work, attend progress meetings, ensure personnel security, and adhere to Section 508 compliance for accessibility. The PWS establishes a framework for performance evaluation, with expectations for deliverables and a regulatory approach to data rights and contractor oversight. This document serves the purpose of guiding the procurement of services essential for the operation and maintenance of critical DFAS systems, highlighting the need for effective IT management in support of defense operations.
    The DFAS Contract Services Directorate is issuing a Sources Sought notice to gather information from qualified vendors to support the Combined Indianapolis System Support requirements for several accounting systems, including DMAAPS, HQARS, and WIA. The notice encourages participation from small businesses, including those owned by service-disabled veterans and women. DFAS seeks specialized resources to ensure compliance and integration of existing and new Enterprise Resource Planning systems. The ideal vendors should demonstrate expertise in specified programming languages and relevant experience through recent contracts. Key tasks include contract management, production support, data migration, system integration, and customer support. Responding vendors are asked to address specific questions regarding staff qualifications, task experience, estimated costs, and clarity of the request. Responses are due by October 7, 2024, and are to be sent via email. This notice serves as market research and is not a solicitation for proposals.
    The document outlines a request for pricing proposals (RFPs) for various senior-level positions, including Program Managers and Software Engineers, associated with the Combined Indianapolis (Indy) System Support. It specifies that bidders proposing "Equivalent" labor categories must submit equivalency documentation explaining how their proposed roles align with the recommended categories. The evaluation process by the government will include consideration of total costs for both the base period and option years, as well as an option to extend services, which will be evaluated as half the price of the last quoted option period. Pricing is organized by contract type and delineated by task labor hours required for specific roles over defined periods from April 2025 to March 2030, with distinct totals aggregated for each segment. The overall aim of the document is to solicit and assess contractor proposals based on a structured pricing framework and equivalency criteria established by the government.
    The government document outlines a Request for Proposals (RFP) for various senior labor categories related to the HQARS, DATAAPS, and WIA systems, including positions for Program Managers and Software/System Engineers. Contractors may submit equivalents for the specified roles, but must include detailed equivalency documentation. A significant focus is placed on pricing, with a table indicating requirements for different contract types (Firm Fixed Price and Labor Hour) and performance periods spanning from April 2025 to March 2030. The evaluation criteria include the option to extend services, where the government plans to assess total evaluated pricing, including all options and the base period. The document is structured methodically, indicating quantities and unit issues, allowing bidders to enter rates in designated areas. Overall, the RFP aims to secure expertise in system support, with an emphasis on accurate pricing and equivalency justifications, ensuring compliance and value for the government services sought.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Non-appropriated Funds Central Payroll System System Administrator
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Finance and Accounting Service (DFAS), is seeking qualified contractors for the role of System Administrator for the Non-appropriated Funds Central Payroll System (NAFCPS) on IBM iSeries servers. The primary objective of this procurement is to ensure the secure and efficient operation of the payroll system, which is critical for processing payments for Army and DoD Non-Appropriated Funds employees, including payroll calculations and reporting. The contract is anticipated to span one base year, starting April 1, 2025, with options for four additional years, and responses are due by 12 PM ET on October 4, 2024. Interested parties should submit their capability statements and relevant experience to Charolyn Jackson and Chrissy Webb via email, including the SAM notice ID in their response.
    IT Systems Support for DAF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified partners for IT Systems Support under a Request for Information (RFI) aimed at enhancing Integrated Management and Business Systems Support (IMBSS) in a classified environment. The procurement focuses on modernizing existing IT solutions, particularly for a financial system, utilizing agile methodologies and DevSecOps principles, with key requirements including expertise in Linux, Kubernetes, and experience with Commercial Off the Shelf Enterprise Resource Planning (COTS ERP) systems. This initiative is critical for improving the efficiency and security of IT operations within the Air Force. Interested parties must submit their responses by October 16, 2024, at 4:00 P.M. Mountain Time, and can reach out to Laycee Moss at laycee.moss@us.af.mil or Benjamin Peterson at benjamin.peterson.8@us.af.mil for further inquiries.
    Personnel and Pay Integration and Sustainment
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Systems Command (NAVWAR), is seeking proposals for the Personnel and Pay Integration and Sustainment project, which aims to ensure the continued operation and integration of the Navy's manpower and personnel systems. This procurement involves the sustainment and integration of the Navy Standard Integrated Personnel System (NSIPS) with pay capabilities, including system integration, testing, implementation, and cybersecurity support. The contract is anticipated to be awarded in March 2025, with a total ordering ceiling of $338 million over a five-year period, and interested parties should direct inquiries to Contract Specialist Virginia Boyanton at virginia.s.boyanton.civ@us.navy.mil by the specified deadlines.
    PEO EIS ARDAP ARMY DATA PLATFORM 2.0 RFI
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking responses to a Request for Information (RFI) regarding the Army Data Platform 2.0 (ADP 2.0), aimed at acquiring enterprise data analytics capabilities through a multi-award task order indefinite delivery/indefinite quantity (IDIQ) contract. The primary objective is to develop a tailorable data integration solution that can analyze and visualize information from various data sources, enabling predictive analytics and forecasting while ensuring ease of use for end-users. This initiative is part of the Army's broader strategy to modernize business processes and enhance data management as a strategic asset. Interested vendors are encouraged to submit their feedback by October 16, 2024, and can reach out to Babette Murphy at babette.r.murphy.civ@army.mil or Maria Vital-Smith at maria.c.vital-smith.civ@army.mil for further inquiries.
    Army Financial Improvement (AFI) Program Support Services
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command – Aberdeen Proving Ground, is soliciting proposals for the Army Financial Improvement (AFI) Program Support Services. The objective of this procurement is to secure professional accounting, auditing, and change management services to assist the Army in achieving an unmodified audit opinion on its financial statements. This contract is crucial for enhancing the Army's financial management capabilities and ensuring compliance with federal regulations, ultimately contributing to improved financial reporting and audit readiness. The contract will be awarded as a single indefinite delivery/indefinite quantity (IDIQ) contract with a maximum ceiling of $249,999,999.99 over a three-year period, with proposals due by 10:00 AM ET on October 8, 2024. Interested parties should direct inquiries to Samantha L. Hannah at samantha.l.hannah2.civ@army.mil.
    Department of Defense End-to-End Framework for Enhanced Innovative Capability Development (DEFEND) Software System
    Active
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services, is issuing a Request for Information (RFI) for the development of the End-to-End Framework for Enhanced Innovative Capability Development (DEFEND) Software System. This initiative aims to explore and assess contractor capabilities in models, simulations, and software processes that can support the DoD's materiel capability development, ultimately transitioning these capabilities into a government-owned system. The RFI emphasizes the importance of integrating analytic and functional requirements to enhance the capability development process within the DoD. Interested firms, particularly small businesses, must submit their responses by October 4, 2024, ensuring compliance with security requirements, including a TOP SECRET facility clearance. For further inquiries, firms can contact Warren (Trey) Arthur at warren.g.arthur.civ@mail.mil or Maria Evans at maria.t.evans.civ@mail.mil.
    ERISA Filing Acceptance System II (EFAST2) Operations and Maintenance
    Active
    Labor, Department Of
    The U.S. Department of Labor (DOL) is seeking industry input through a Request for Information (RFI) for the procurement of services related to the ERISA Filing Acceptance System II (EFAST2) Operations and Maintenance. The primary objectives include the collection, processing, and dissemination of government data, stakeholder support, and management services for the Office of the Chief Information Officer, with specific requirements such as system maintenance, advanced search capabilities, and compliance with cybersecurity standards. This initiative is crucial for enhancing the DOL's mission to improve worker welfare and ensure compliance through the effective management of employee benefit plan data. Interested parties must submit their responses by October 11, 2024, and can direct inquiries to Jeremy B. Keator at Keator.Jeremy.B@dol.gov or by phone at 202-693-4576.
    Army Vantage, Sole Source, Follow-on, PEO EIS ARDAP
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking a contractor for a sole source follow-on contract related to Army Vantage, aimed at providing continued product support. The primary objective is to deliver a tailorable data integration solution that can effectively integrate, analyze, and visualize information from various disparate data sources, ensuring that data is accessible for both the contractor's tools and the Government's third-party platforms. This solution is crucial for enabling operational workflows and applications, as it must handle current, future, and historical datasets while also performing predictive analytics and forecasting. Interested parties can reach out to Babette Murphy at babette.r.murphy.civ@army.mil or Maria Vital-Smith at maria.c.vital-smith.civ@army.mil for further details, as the Government is not soliciting proposals for this opportunity.
    Defense Commissary Agency (DeCA) Commercial Solutions Open (CSO)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command, is soliciting proposals for innovative commercial technologies under the Defense Commissary Agency (DeCA) Commercial Solutions Opening (CSO), identified as Solicitation Number W58P05-24-S-C-0001. The primary objective is to modernize DeCA's Enterprise Business Systems (EBS) to enhance operational efficiency and competitiveness within the retail ecosystem, addressing challenges in financial management, supply chain operations, and customer engagement. This initiative is crucial for ensuring that DeCA can effectively serve military personnel while leveraging private sector innovations. Interested parties can submit proposals until August 12, 2025, with the possibility of extension, and should direct inquiries to Tanya Buttner at Tanya.d.buttner.civ@army.mil or Chere Benson at Chere.v.benson.civ@army.mil.
    Navy Enterprise Resource Planning Plus (ERP+) Industry Day
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Systems, is hosting an Industry Day for the Navy Enterprise Resource Planning Plus (ERP+) initiative. This event aims to facilitate collaboration and discussion regarding program requirements as part of the development of the ERP+ acquisition strategy, with a focus on transitioning from SAP ECC to SAP S/4 and exploring new capabilities. The hybrid event will take place on October 18, 2024, from 0830 to 1200 at Booz Allen Hamilton in McLean, VA, and virtually via Microsoft TEAMS, with interested companies required to register by October 11, 2024. For inquiries, participants can contact Contract Specialist Patrick Kimener at patrick.j.kimener.civ@us.navy.mil or by phone at 443-909-8987.