RFI IPPS-A TDS INC II

Agency: DEPT OF DEFENSE
State: Virginia
Type of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Posted: Apr 17, 2024
Due: Apr 30, 2024
Solicitation No: W91CRB-24-DRFI-002
Publication URL: To access bid details, please log in.
Follow
RFI IPPS-A TDS INC II
Active
Contract Opportunity
Notice ID
W91CRB-24-DRFI-002
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-APG
Office
W6QK ACC-APG
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 17, 2024 09:49 am EDT
  • Original Response Date: Apr 30, 2024 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 15, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Arlington , VA
    USA
Description

THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES; IT DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP), REQUEST FOR QUOTE (RFQ), OR A PROMISE TO ISSUE AN RFP OR RFQ.



OBJECTIVE



The objective of this RFI is to collect information to support planning activities for an expiring contract. The Government is seeking to identify Companies that can demonstrate providing Capability Support Services to the Government that are similar in size, scope, and complexity of the attached IPPS-A Performance Work Statement (PWS).



The requirement supports three initiatives ONLY:



1. Maintain the deployed baseline.



2. Provide capabilities in the current backlog.



3. Integrate capabilities provided by other vendors



The period of performance is anticipated to start 01 January 2025 through 31 December 2025 with an additional period that may include one year of transition out activities from 01 January 2026 through 31 December 2026.



More specifically, IPPS-A is seeking information on the following:




  1. Companies that can demonstrate executing the scope of work as prescribed in the PWS and can successfully take over all responsibilities of the contract Day (1) absent a transition-in period for zero knowledge transfer from the incumbent with minimal to no risk the Government.





BACKGROUND





The IPPS-A Increment II mission is to develop and deliver a single, integrated, multi-component Human Resources (HR) and Pay system that enhances the efficiency and accuracy of Army HR procedures supporting Soldiers and their Families. IPPS-A Increment II is being developed and deployed incrementally in a series of software releases to the Total U.S. Army Force (Active Army, Army National Guard, and Army Reserves) when complete.



IPPS-A Increment II uses Oracle PeopleSoft Enterprise Resource Planning (ERP) Commercial-Off-The-Shelf (COTS) software to deliver the functionality, consisting of the following applications:




  • PeopleSoft Human Capital Management (HCM) 9.2

  • PeopleSoft HCM 9.2 PUM Image 32 (or higher)

  • PeopleSoft CRM 9.2 PUM Image 16 (or higher)

  • PeopleSoft ELM 9.2 PUM Image 17 (or higher)

  • People Tools version 8.58 (or higher)

  • Oracle database 12c or higher capabilities



The IPPS-A solution and all its environments are currently hosted on premises with the Defense Information Systems Agency.



Current functionality releases include the following:




  • Capability Support services to enhance existing HR functionality and maintain the deployed IPPS-A baseline.



Attachments have been included to provide insight into the IPPS-A program objectives, established practices, existing baseline architecture, applications, tools, and data models.





INFORMATION REQUESTED



Company Profile AND Responses to Performance QUESTIONAIRE (Response Template)



In your response submission, provide the following information about your company. If submitting a team response, please include the requested information for all companies on the team. All information must be included in the QUESTIONAIRE format.




  • Company Name, Address, and Country of Business

  • Company Representative, Business Title, Phone Number, and Email Address

  • Business Classification/Socio- Economic Status (e.g., large)



INSTRUCTIONS



Participation in response to this RFI will not preclude any vendor from responding to future acquisitions, either individually or as part of a team.



Limit responses to a THE QUESTIONARE and up to 3 pages attachments. Submission should be in a PDF or Microsoft Word compatible file (.doc or .docx file extension). The font shall be Times New Roman and no smaller than 10pt with at least a one-inch margin.



Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. Marketing brochures will not be considered adequate information in response to this RFI.



Your response shall utilize RFI number W91CRB-24-DRFI-002. All contractors interested in this RFI must be registered in System for Award Management (SAM).



This RFI is for informational and planning purposes only and shall NOT be construed as a Request for Proposal (RFP). The USG will not pay for any information submitted or for any costs associated with providing this information.



Submissions for this notice must be provided no later than 30 April 2024, 4:00pm Eastern Daylight Time (EDT) by electronic mail (email), at no cost to the Government, to Ms. Allison Gregory at Allison.a.gregory2.civ@army.mil, Contracting Officer, ACC-APG, and Mr. Julio Fernandez at julio.r.fernandez.civ@army.mil, Contract Specialist, ACC-APG. All inquiries shall be made via email ONLY and questions shall be sent via email to the Contracting Officer and Contract Specialist no later than 23 April 2024, 4:00pm Eastern Daylight Time (EDT). TELEPHONE INQUIRIES WILL NOT BE ACCEPTED.



All information provided will not be returned and will be protected in accordance with the identified markings. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this RFI.





Attachments:




  • Attachment 001: IPPS-A Functional Requirements List (Attachment 001 - IPPS-A Functional Requirements List (Post R3) Bucketed dtd 17NOV22.xlsx)

  • Attachment 002: IPPS-A Functional Baseline (Attachment 002 - IPPS-A Functional Baseline (version 4.0) Final 17 Sept 2020_signed.pdf)

  • Attachment 003: IPPS-A Technical Architecture Specification (Attachment 003 - IPPS-A Technical Architecture Specification (v2.8 Redacted).pdf)

  • Attachment 004: IPPS-A Data Architecture (Attachment 004 - IPPS-A Data Architecture - from TAS v2.8.png)

  • Attachment 005: IPPS-A Interface Descriptions (Attachment 005 - IPPS-A Interface List Descriptions (OV-5b A-0 AV-2) - 21 NOV 2022.xlsx)

  • Attachment 006: IPPS-A Interface Diagrams (Attachment 006 - IPPS-A Interface Diagrams (OV-5b A-0) - 21 NOV 2022.pdf)

  • Attachment 07: IPPS-A Performance Work Statement (Attachment 07 - IPPS-A Performance Work Statement - 22 MAR 2024.pdf)





In accordance with Federal Acquisition Regulation (FAR) subpart 15.201(e), responses to this notice are not offers and cannot be accepted by the government to form a binding contract. Furthermore, those who respond to this RFI should not anticipate feedback regarding their submission other than acknowledgment of receipt if a request for an acknowledgment is requested by the responder. This RFI does not commit the government to contract for any supply or service. Responders are advised that the government will not pay any cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party’s expense. Not responding to this RFI does not preclude participation in any future RFP or RFQ. If a solicitation is released, it is the responsibility of potential Offerors to monitor for any information that may pertain to this RFI. All submissions become the property of the Federal Government and will not be returned. All submissions shall be unclassified and any proprietary information shall be clearly marked.


Attachments/Links
Contact Information
Contracting Office Address
  • 6515 INTEGRITY COURT
  • ABERDEEN PROVING GROU , MD 21005-5001
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 17, 2024 09:49 am EDTSources Sought (Original)

Related Document

Apr 29, 2024[Sources Sought (Updated)] RFI IPPS-A TDS INC II
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...Oracle Consulting Services RFQ# 124-23-RFQ Status: Open RFQ 8418-1 Virginia Alcoholic Beverage... to ...

State Government of Virginia

Bid Due: 1/11/2052

...Views: Current Version ( 7 ) All Versions ( 323 ) Details RFQ-8418 ...

State Government of Virginia

Bid Due: 1/11/2052

...responses submitted online through HRSD's Online Oracle ERP system. Detailed information about... this ...

State Government of Virginia

Bid Due: 5/08/2024

...online through HRSD's Online Oracle ERP system. Detailed information about this solicitation (including... ...

State Government of Virginia

Bid Due: 5/09/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.