The RFP Database
New business relationships start here

SAP ADO


Illinois, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

1. Introduction
The Army Contracting Command - Rock Island (ACC-RI), is seeking information on SAP Agile Deployed Operations (ADO) product support services for configuration and inclusion of the ADO application in the Global Combat Support System-Army (GCSS-Army) Enterprise Resource Planning (ERP) System.
This is a Request for Information (RFI), as defined in Federal Acquisition Regulation (FAR) 15.201(e).
This is not a request for proposal, request for quotation, or an invitation for bid, nor does its issuance obligate or restrict the Government to an eventual acquisition approach. This RFI does not obligate the Government to issue a solicitation. This RFI is being conducted solely for information and planning purposes and does not constitute a solicitation. Neither unsolicited proposals, nor any other kinds of offers, will be considered in response to this request or accepted by the Government to form a binding contract. Offerors are solely responsible for all expenses associated with participating in this RFI. Information received in response to this RFI shall be safeguarded adequately from unauthorized disclosure. Acknowledgement of receipt of submitted items will not be made, nor will respondents be notified of the outcome of the information received.
The purpose of this RFI is to gather information to inform the Army on the capability of skills and resources to design and configure SAP applications due to the need for significant tailoring to support the business process of GCSS-Army Soldiers in deployed and disconnected field of operations.


2. Background


Global Combat Support System - Army (GCSS-Army)
Built using a web-based SAP ERP solution, GCSS-Army provides functional services to the business enterprise and Warfighting mission areas focused on property book, supply operations, tactical maintenance, logistics management and associated tactical finance functionality and serves as the tactical financial system of record for the Army. Northrop-Grumman is the Lead System Integrator for the GCSS-Army ERP.


Building on the SAP-based ERP foundation, GCSS-Army Increment 2 will also provide the Army Enterprise Aviation capabilities to deliver greater efficiencies and improve information flow. Enterprise Aviation Sunsets the Army's current aviation logistics and maintenance information system, Unit Level Logistics System - Aviation (Enhanced) [ULLS-A(E)], by incorporating aviation maintenance, integrated aviation supply, logistics management, and airworthiness required data into the GCSS-Army system baseline.


The U.S. Army Aviation and Missile Research, Development and Engineering Center (AMRDEC) System Simulation, Software and Integration (S3I) is the Government Lead System Integrator for GCSS-Army Increment 2.
This RFI adds new requirement for independent contract action for SAP NS2 | National Security Services (NS2) provider to leverage the Aircraft Notebook (ACN) by reconfiguring to operate within the SAP ERP architecture in a disconnected mode made possible via SAP's Agile Deployed Operations (ADO) application.
Toward this aim, the Army in concert with SAP NS2 formed a Middleware Engineering Analysis Team to provide GCSS-Army with a qualitative and quantitative technical recommendation on the GCSS-Army Middleware solution. The approved path forward is procure SAPs ADO, configure for use in the ERP and redesign the ACN to work within the SAP end to end architecture. The Army therefore requires SAP NS2 configuration services to develop and field these capabilities to resolve the longstanding challenge of providing tactical logistics support in a disconnected operations mode.


3. Scope of Services


The scope of services is to acquire expertise and authority to create a Foundation Development (Build, design, configure] using the proprietary ADO application for the GCSS-Army ERP. While this foundation supports ground and air components, at its core, GCSS-Army INC2 further requires a functional and fielded solution for Aviation that also repurposes the ACN in this SAP architecture. Specifically, the offeror will provide support in the following areas:
a. Initial ADO project end-device setup
b. Other related technical SAP application components installation and setup
c. Reports, Interfaces, Conversions, Enhancements, Forms (RICEF) ADO integration assistance and data-conversion programs
d. Customer Functional Testing Assistance


There are three main areas of the SAP ADO; Foundation, Aircraft Notebook User Interface, and ERP Central Component (ECC) Process. All three areas consist of Development (Build, design, configure) meeting the overall Disconnected Program objectives. SAP has completed the Sprint 0 design and requirements gathering, the output produced requirements which were categories into Epics and Backlog list. The three main areas are as follows:


a. Foundation: requires the installation of the SAP ADO Commercial Off-The-Shelf application within GCSS-Army environment and modify the existing configuration. Utilizing the Sprint 0 output, develop required functionality that meets the requirements and needs for the Foundation to run as the basic software architecture for disconnected functionality processing.


b. Aircraft Notebook User Interface: Consists of developing the final Soldier's usability of an Aircraft Notebook as it relates to maintenance and repair, and inventory management, and SAP ADO software application installed and configured on Army's laptops and connecting to the Foundation ADO platform.


c. ERP Central Component (ECC) Process: Connecting the ADO application, business and data process to GCSS- Army environment. Requires understanding of the ECC 6 customization and table changes to ensure the overall ADO processing run fully from ACN through Foundation to the ECC application.


Service providers will develop the capability in close coordination with the existing lead system integrators (LSIs) to understand the business process while capitalizing on existing subject matter expertise of the LSIs and test teams to ultimately facilitate the migration of the finished design into the GCSS-Army ERP system baseline.


The Army anticipates issuing a Request for Quote to acquire the SAP ADO Application "software."
The places of performance will be Fort Lee, Virginia and Redstone Arsenal, Alabama.



4. Information Requested
For this RFI, the Government seeks information regarding your ability to work in the multi-functional environment with Government, LSI and SAP NS2 with authority to affect changes to the proprietary ADO application needed to configure in GCSS-Army. Therefore information requested needs to predominately support capability to provide personnel who have authority to affect changes to proprietary code.


A. Company Information


Provide the following information about your company in Table 1.


Table 1. Company Information



Company Name and Address:
Company Representative Title:
Company Representative Email and Phone:


B. ERP Services Experience using SAP NS2
Using Table 2 below, provide the requested information about ERP-based services projects your company/team has performed within the past five years that required change to SAP products/applications source code. Complete one table per project, maximum of one page per project and not to exceed three projects. Please provide the Contract Vehicle Name, Contract Number, and Contract Type in the field provided.


Table 2. ERP SAP Services Experience



Agency/Customer:
Project Name:
System Name:
Contract Vehicle Name:
Contract Number:
Period of Performance (for base and options):
GSA Schedule # for ADO:

Contract Type (FFP, CPFF, T&M)


C. Request for Proposal (RFP) Structure: This RFI seeks comment and suggestions regarding recommended contract type. Time-and-materials and labor-hour (T&M/LH) contracts are the least preferred contract types. If T&M/LH is recommended, respondents must state why it is not possible to accurately estimate the extent of work, the duration of work, or the anticipated costs. Therefore, establishing fixed prices for portions of the requirement is recommended.


Contract Type: Provide comments and suggestions for the type of contract (e.g. fixed price, fixed price incentive fee, cost reimbursable, cost plus fixed fee, cost plus incentive fee, time & materials, etc.) for the defined scope of service. Contract type shall be selected to motivate offerors to perform optimally. Describe what controls, check points or measures will be employed to hold to a ceiling price and schedule that the offeror would not exceed.


Incentives/Disincentives: Provide comments and suggestions that would motivate an offeror to achieve the highest quality consistent with economic efficiency in terms of cost and schedule. Incentives shall be effective and reflect value, both to the Government and to the offeror. Incentives can be monetary, nonmonetary, positive, or negative. They may be based on cost, on schedule, or on quality of performance. Regardless of the final composition and structure of the incentives, the goal is to encourage and motivate the best-quality performance.



5. Instructions
Marketing brochures and general purpose capability presentations will not be considered an adequate response to this RFI.


Limit responses to a total page limit of 5 pages, inclusive of other page limits for specific sections. The font shall be Arial and no smaller than 10pt with at least a one-inch margin. Please submit your responses electronically by 1700 hours on Friday April 26th to Zachary.J.Street.civ@mail.mil and John.p.hemmen.civ@mail.mil in a Microsoft Word compatible file or Adobe .pdf. The subject line for electronic responses MUST be "SAP ADO Configuration RFI Response".
NOTE: Send files less than 10 MB via email. Separate emails should be submitted if the email will be 10 MB or larger.


If the Government has additional questions or a need for information following the evaluation of your response you may be contacted and asked to provide that information.


Disclaimer: THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES.


This announcement is issued solely for information and planning purposes and does not constitute a solicitation. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Responses will not be returned nor will the Government confirm receipt. Whatever information is provided will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process. In accordance with FAR 15.201(e), responses are not offers and cannot be accepted by the Government to form a binding contract. All Government and Contractor personnel reviewing responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations.


Zachary J. Street, Phone 3097825439, Email zachary.j.street.civ@mail.mil - John Hemmen, Contract Specialist, Phone 3097823625, Email john.p.hemmen.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP