Search Contract Opportunities

Munition Transportation Management System Services

ID: W519TC-23-R-KH00 • Type: Sources Sought

Description

Request for Information

Title: Joint Munitions Transportation Coordinating Activity, Munitions Transportation Management System

The Army Contracting Command Rock Island (ACC-RI) is issuing a request for information notice. This is not a solicitation for proposals, proposal abstracts or quotations. The purpose of this notice is to obtain information regarding the availability and capability of qualified contractors to provide services for the operational support, modification, and maintenance of the Munitions Transportation Management System (MTMS) application consisting of a client-server and web module. Interested parties should respond by providing a Capability Statement, see paragraph entitled Capability Statement/Information Sought on page 4.

Purpose and Objectives:

The Joint Munitions Command (JMC) Ammunition Depot Automation (ADA) office develops and manages the JMC transportation and traffic management programs for conventional ammunition and develops transportation programs to meet worldwide customer delivery requirements. The JMC Joint Munitions Transportation Coordinating Activity (JMTCA) has the Department of Defense (DOD) responsibility to consolidate and effectively coordinate the movements of the Joint Services' ammunition requirements. The MTMS is the electronic link that ties all the ammunition storage, production and shipping sites to the DOD supply chain. The MTMS is used to manage the ammunition movement life cycle, which includes two way exchanges of ammunition logistics data with numerous DOD systems. Currently, MTMS interfaces with 15 external systems. It currently exports data to four (4) systems, imports data from seven (7) systems, and has two-way data interchange with four (4) systems. These data interfaces are a mixture of Secure File Transfer Protocol (SFTP), Database (DB) link, and web services. Most of these interfaces have an interface support agreement and technical specification in place as identified by the Contracting Officer Representative (COR). The COR will identify any new interfaces or support agreements to the contractor. The COR will provide the technical requirements for the interface.

Scope of Work:

The contractor shall sustain and maintain operations of MTMS and all other computer programs, interfaces, communications links and databases associated with the MTMS such as the; Global Air Transportation Execution System (GATES), Logistics Modernization Program (LMP), Global Freight Management (GFM), and the Financial and Air Clearance Transportation System (FACTS). The interface modules listed above are not all inclusive of the MTMS. The contractor shall provide access to hosting services and make the necessary enhancements (i.e. Information Assurance, Cybersecurity upgrades, Cloud Directives, and user logon procedures) to MTMS to comply with DOD/Army/JMC mandates, necessary technology upgrades and changes required from outside the control of the ADA office. The contractor shall maintain system and user documentation that will support the operation, maintenance, and changes to the system. The contractor shall provide a 24/7 technical point of contact (POC) for customer support. The contractor shall adhere to security and Information Assurance (IA) requirements

Project Requirements:

The contractor must demonstrate a minimum of five years' experience in the following areas:

1. Operations Management:

a. Ammunition Depot Operations. This effort includes, but is not limited to, all functions at the depot related to the execution of the distribution/shipment process from the receipt of the Delivery Order to the final outload of the material.

b. Ammunition transportation logistics. The efforts includes, but is not limited to, the knowledge of the TRANSCOM logistics community, the regulations mentioned in paragraph 2, the policy/procedures in shipping/transporting ammunition.

c. Reporting and documentation requirements for ammunition movements and foreign military sales ammunition logistics.

d. Ability to provide immediate support for operations on a 24/7 basis to assure no interruption of operations and support.

2. Working knowledge of Department of Defense (DoD) documents related to the movement and distribution of ammunition:

a. DOD 4500.9-R-PART II, Defense Transportation Regulation Part II Cargo Movement.

b. DOD 4000.25-1-M Military Standard Requisitioning and Issue Procedures (MILSTRIP).

c. Code of Federal Regulations, Title 49 CFR Transportation.

d. Military Standard 129R, Military Marking for Shipment and Storage.

3. Knowledge and ability to prepare and maintain interface agreements with United States Transportation Command (TRANSCOM), Surface Deployment and Distribution Command (SDDC), Navy, DoD, and other agencies.

4. Prepare and maintain documents describing software configuration, architecture, complete business rules, detailed design, data dictionary, specifications, user guides and training material.

5. Application Database Administration:

a. Set-up, maintenance, and routine administration of the database definitions and data.

b. User Accounts, Table Spaces, indices, triggers, and stored procedures.

6. Ability to use an agile-like software lifecycle process for changes to assure the rapid delivery of high-quality software that is aligned with customer needs.

7. Knowledge of Certification and Accreditation (Security Authorization Package):

a. Ability to support Certificate of Net worthiness process.

b. Ability to support Risk Management Framework (RMF) (formerly known as Defense Information Assurance Certification and Accreditation Process (DIACAP)) process.

c. Conduct Risk Assessments of application changes using DoD guidelines.

d. Understanding of the Defense Information Systems Agency (DISA) Security Technical Implementation Guide (STIG) process.

8. Ability to manage Change Control and Configuration Management:

a. Captures defects and proposed changes reported by the user community.

b. Knowledge of and experience in use of Microsoft Team Foundation Server.

9. Maintain interfaces and have the ability to establish new interfaces with DoD information systems that include but not limited to the following:

a. Integrated Booking System (IBS).

b. Financial and Air Clearance Transportation System (FACTS).

c. Global Air Transportation Execution System (GATES).

d. Integrated Data Environment (IDE)/Global Transportation Network (GTN) Convergence (IGC) Program (IGC).

e. Defense Automatic Addressing System Center (DAASC).

f. Joint Hazard Classification System (JHCS).

g. Federal Logistics Information System (FLIS).

h. Logistics Modernization Program (LMP).

i. Global Freight Management System (GFM).

j. Worldwide Ammunition Reporting System (WARS).

k. Intelligent Road and Rail Information System (IRRIS).

l. Defense Table of Official Distances (DTOD).

m. Navy Logistics Center (NALC).

n. National Level Ammunition Capability (NLAC).

o. TRANSCOM Reference Data Manager (TRDM).

p. Security Assistance Ammunition Program Status Management Reports (APSMR).

q. Transportation Global Edit Table (TGET).

r. Cargo Movement Operations System (CMOS).

s. Monitoring Age of Ammunition Stockpile MAAS).

10. Ability to apply communication and data transfer protocols.

a. Knowledge of Oracle Heterogeneous Services and Oracle Generic ODBC.

11. Ability to support software upgrades and refresh in local network environment:

a. Manage application code.

b. Maintain production and development environments.

c. Support of HTML, Java, Java Server Pages, Oracle procedures, scripts, data validation scripts, C++.

12. Ability to conduct analyses of transportation data to assure conformance with interface and regulatory requirements.

13. Ability to perform freight classification function for ammunition transportation.

14. Ability to maintain special mission requirements related to Report of Shipment, Centralized Ammunition Management, and Commercial Bill of Lading processes.

Other Important Considerations:

Sources are expected to have a minimum of five years' experience in the Project Requirements, which should be clearly defined in the Capability Statement.

Capability Statement/Information Sought:

Respondents must provide, as part of their responses, information concerning each of the project requirements listed above along with (a) staff experience, including their availability, experience, and training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capabilities; and (e) examples of prior completed Government contracts, references, and other related information. Interested qualified contractors should submit a tailored capability statement for this requirement, not to exceed 20 single-sided pages (including all attachments, resumes, charts, etc.) presented in single-space and using a 12-point font size minimum, that clearly details the ability to perform the aspects of the notice described above.

Information Submission Instructions:

All Capability Statements sent in response to this REQUEST FOR INFORMATION notice must be submitted electronically via email to Kelly Haertjens, Contract Specialist, at Kelly.L.Haertjens.civ@army.mil in MS Word or Adobe Portable Document Format (PDF), by 12:00 PM, CDT, January 3, 2023. All responses must be received by the specified due date and time in order to be considered.

Disclaimer and Important Notes:

This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any contractor responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the contractor's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published on SAM.gov. However, responses to this notice will not be considered adequate responses to a solicitation.

Overview

Response Deadline
Jan. 3, 2023, 1:00 p.m. EST Past Due
Posted
Dec. 20, 2022, 11:21 a.m. EST
Set Aside
None
Place of Performance
Rock Island, IL 61299 USA
Source
SAM

Current SBA Size Standard
$34 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
28%
On 12/20/22 ACC Rock Island issued Sources Sought W519TC-23-R-KH00 for Munition Transportation Management System Services due 1/3/23. The opportunity was issued full & open with NAICS 541519 and PSC R499.
Primary Contact
Name
Kelly Haertjens   Profile
Phone
None

Documents

Posted documents for Sources Sought W519TC-23-R-KH00

Question & Answer

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W519TC-23-R-KH00

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W519TC-23-R-KH00

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC RI
FPDS Organization Code
2100-W519TC
Source Organization Code
500181913
Last Updated
Jan. 18, 2023
Last Updated By
kelly.l.haertjens.civ@army.mil
Archive Date
Jan. 19, 2023