Search Contract Opportunities

Navy Enterprise Resource Planning (ERP) Sustainment Support   3

ID: N0003025R4301 • Type: Sources Sought
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: June 11, 2024, 9:27 a.m. EDT

NAVY ENTERPRISE RESOURCE PLANNING (ERP) SUPPORT

See Attachment 1 and Performance Work Statement for details

*This is an update to the original SSN posting from 12 March 2024, which did

not include the current Performance Work Statement. In addition, this

updated SSN includes additional requirements that were not in

the SSN posted on 12 March 2024. Please review all attachments.*

Posted: June 6, 2024, 8:13 a.m. EDT
Posted: June 6, 2024, 7:07 a.m. EDT
Posted: March 20, 2024, 4:12 p.m. EDT
Posted: March 12, 2024, 8:18 a.m. EDT

This is a SOURCES SOUGHT NOTICE (SSN) announcement. SSNs are issued to assist the Agency in performing market research to determine industry interest and capability. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Therefore, no proposals are being requested or accepted in response to this SSN.

Purpose

In accordance with (IAW) Federal Acquisition Regulation (FAR) Part 10, SSP is conducting market research to determine if sources are capable of successfully performing the requirements identified in this SSN. Specifically, SSP is seeking capable firms to successfully perform the minimum support requirements which include, Strategic Systems Programs (SSP) focused Navy ERP sustainment activities, future Navy ERP solution deployment support, and the minimum performance requirements for the Bureau of Medicine and Surgery (BUMED) focused Navy ERP stabilization and sustainment activities identified in paragraph 8.0 below.

The contract type will include Fixed Firm Price, Term Contract Line Item Numbers (CLINs). The Period of Performance (POP) will include a base year FY25 effort from 1 November 2024 31 October 2025, and four (4) corresponding one-year option periods.

NOTE: Given the highly technical nature of SSP's mission set as a major weapons systems command and corresponding technical requirements, respondents must provide recent and relevant past performance data (as detailed below) to demonstrate and substantiate the respondents ability to successfully execute requirements detailed in this SSN.

White Paper Capability Statement Credentials

a. SSP is seeking detailed, complete, and thorough White Paper capability statements from interested firms who can demonstrate and document, with evidentiary support, that they 1) possess the minimum qualifications and experience identified in paragraph 7.0 which are critical to the successful execution of the requirements, and 2) demonstrate recent and relevant experience, as the Prime contractor (or subcontractor) performing the same/similar efforts of the same/similar scope, size, and complexity to the SSN requirements identified in paragraph 8.0. Interested firms must demonstrate their existing capability, or potential to acquire the capability, to meet the SSN requirements by the time of contract award, estimated to be 1 November 2024.

Small Business Concerns

IAW FAR Subpart 19.2 Polices, SSP seeks to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. Small Business Concerns who possess the minimum qualifications and experience identified in paragraph 7.0 and who can demonstrate its concerns' capability (or ability to obtain the capability by the contract award date) to execute the complete requirements identified in paragraph 8.0, as well provide the requisite past performance experience detailed in Section 9.0, are encouraged to respond to this SSN.

If a small business concern intends to partner with another entity, the small business concern must identify which specific efforts/tasks it intends to perform, as well as the specific efforts/tasks the partner will perform, with the substantiating data required in this SSN supporting the identified partnering roles and responsibilities. NOTE: 100% of the SSN requirements must be addressed in any submitted partnering submittal, if obtainable.

NOTE: In the event this contract is set aside for small business concerns, the small business concern agrees that it will be in strict compliance and conformance with the percentage payment limitations for services, supplies, or construction (as applicable) to subcontractors that are not similarly situated entities in accordance with FAR 52.219-14 Limitations on Subcontracting and state such in their response.

7.0 Minimum Qualifications / Experience Requirements

Interested firms shall document and submit specific and evidenced / demonstrated possession of the minimum qualifications and experience requirements in the technical areas identified in bullets a through f below which are critical to the successful execution of the requirements in paragraph 8.0. This experience shall be documented as specified in paragraph 9.0.:

  1. Implementation and sustainment of SAP enterprise resource planning (ERP) software including the ERP Central Component (ECC) and the S/4HANA platforms.
  2. Financial Operations & Planning and Acquisition & Property Management Teams Tier 2 Business Office Support
  3. Business Solutions Support, including Data Analytics, Reporting and Robotic Process Automation
  4. Customer Liaison Business Office Support, including User Management and Training
  5. Program Management and Integration Support
  6. Command Business Office Subject Matter Expertise with Tier 3 Level Support for Asset Management (AM), Inventory Management (IM), Warehouse Management (WM)

8.0 Description of Requirements

The contractor shall provide services and products to support the SSP Enterprise Business Office (SPEBO). Services and/or products shall include SPEBO sustainment activities performed across the entire SSP and BUMED enterprises (consisting of 1,600 end users) by four teams:

1) Financial Operations and Planning Team

2) Acquisition and Property Management Team

3) Business Solutions Team

4) Customer Liaison Team

It is anticipated a portion of this contract will support Navy ERP modernization efforts, which include the transition of the SAP application layer from SAP ECC 6.0 to SAP S/4HANA. In addition, support will include Data Analytics, Reporting and Robotics.

8.1 Quantity of Personnel Required/Place of Performance

Twenty five (25) Full Time Equivalent (FTE) personnel who will provide remote and on-site support at the Washington Navy Yard, DC.

9.0 Evidentiary Qualifications/Experience Documentation Requirements

Interested firms must possess the requisite minimum qualifications and experience identified in paragraph 7.0 and demonstrate relevant and recent experience as it relates to the requirements in paragraph 8.0. White Paper Capability statements must include all of the content and details identified below:

9.1 Minimum Qualifications / Experience Requirements Validation

White Paper Capability statement submissions shall include a discrete section with the heading Minimum Qualifications / Experience Requirements and document, with specific information, each of the minimum qualifications identified in paragraph 7.0. This section may cite contract reference efforts detailed in Table A of paragraph 9.2 below provided that respondents provide context and rationale as to how that contract reference effort(s) demonstrate possession of the applicable Minimum Qualifications / Experience requirements of bullets a through f identified in paragraph 7.0 or have capability of obtaining by contract award.

9.2 Relevant & Recent Experience / Supporting Narratives

In addition to demonstrating possession of the requisite Minimum Qualifications/Experience requirements identified in paragraph 7.0 above (or have capability of obtaining by contract award), interested firms shall demonstrate relevant and recent experience performing the same or similar efforts and or completion tasks (as applicable) to the requirements in paragraph 8.0. Relevant experience is defined as performing efforts/tasks similar in scope, size, and complexity as the enclosure (1) SSN SOW requirements with an annual incurred cost/expense of at least $5M. Recent experience is defined as work performed within five (5) years of the SSN posting date. To substantiate the performance of relevant and recent efforts/tasks to the enclosure (1) SSN SOW requirements, White Paper Capability statements shall provide a list of current or previous contract references and the efforts/tasks performed thereunder detailing and evidencing a direct correlation of the contract reference efforts/tasks to the SSN requirements in paragraph 8.0 using the specific outline provided in Table A below. Submitter's responses to the Table A SSN CLIN SOW outline shall include the following information per individual contract reference:

  1. Summary of relevant work performed and how that specific work demonstrates capability to perform the specific requirements identified in the SSN requirements;
  2. Current/Prior Contract Number(s) and Customer/Agency Supported;
  3. Identification of your role as the Prime or Subcontractor;
  4. Contract Type;
  5. Period of performance of the specific contract reference effort performed;
  6. Quantity of FTE personnel utilized on the specific contract reference effort, per annum, with distinction and FTE quantities identified between the respondents FTE employees and any subcontractor FTE employees;
  7. Net Dollar value (base and options) for each contract reference and the Annual Incurred costs for each contract reference provided which demonstrates the magnitude of those contract references in comparison to the annual estimated value cited in paragraph 9.2 above. NOTE: solely citing an IDIQ ceiling amount or base and all options aggregate value without the annual incurred costs for the submitted contract reference(s) is NOT acceptable amounts must be specific to the actual incurred costs for a Contract CLIN(s) or Individual Task Order(s), for the contract reference(s) cited in Table A below; and
  8. Customer point of contact with valid phone number and email.

SUMMARY OF RELEVANT & RECENT WORK EXPERIENCE:

SSN SOW CLIN Requirement

Contract Reference(s) Summary Document the specific correlation of the contract reference efforts/tasks to the SSN SOW CLIN efforts/tasks

CLIN 0001 Command Enterprise Business Office Sustainment Support

Company Information and Deadline for Submittal

White Paper Capability statements shall be submitted in Microsoft Word for Office 2000 compatible format or PDF format and are due no later than 21 March 2024, 4:00pm EST. The White Papers shall not exceed 10 pages in total, using 12-point Times New Roman and 1 margin and shall be submitted via e-mail to ryan.lockard@ssp.navy.mil and tasha.womack@ssp.navy.mil.

ALL White Paper Capability submittals shall include the following information not included in the aforementioned maximum 10-page limit:

  1. Company Administrative Information
    1. Company Name:
    2. Company Point of Contact (email and phone) and Title:
    3. Company Address:
    4. Unique Entity Identifier (UEI) No:
    5. Cage Code:
  2. Size of business, including; total annual revenue, by year, for the past five years and number of employees;
  3. Ownership, including whether: small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns;
  4. Number of years in business;
  5. Identification of the current security clearance held at your facility that will provide support to the requirements. NOTE: Work to be performed under this contract shall require the contractor to have a facility clearance of SECRET and a computing facility that is cleared to process SECRET data.

Respondents to this SSN shall indicate which portions of their response are proprietary/business sensitive and should mark them accordingly. It is the responsibility of the SSN respondent to monitor the sam.gov website for additional information pertaining to any potential acquisition.

Government Assessment

The White Paper Capability statement responses to this SSN must meet the requirements stated in the SSN and will be reviewed to determine whether each respondent is capable of performing the requirements. This review will be based solely on the specific data and supporting content provided by the respondents in their White Paper Capability statement submissions and responses to any follow on clarification inquires submitted by the Government. Incomplete or generalized White Paper Capability statements, without specificity as it relates to the SSN content requirements, omitted content, or content which fails to address all of the requirements of this SSN, will have a direct affect upon the Government's assessment of the White Paper submittal. The Government's assessment will include, but is not limited to, the following:

(1) The respondent's specific and evidenced / demonstrated possession of the Minimum Qualifications / Experience requirements identified in paragraph 7.0;

(2) The respondent's demonstrated ability to manage, as a Prime or Subcontractor, the types and magnitude of requirements identified in the SSN requirements in paragraph 8.0 based on their relevant and recent performance of same/similar efforts/tasks in terms of scope, size, and complexity;

(3) The respondent's demonstrated technical ability, as a Prime or Subcontractor, to execute the SSN requirements in paragraph 8.0 based on their relevant and recent performance of same/similar efforts/tasks in terms of scope, size, and complexity; and

(4) The respondent's demonstrated capacity to execute the SSN requirements in paragraph 8.0 based on their relevant and recent performance of same/similar efforts in terms of scope, size, and complexity, the quantity of personnel required, and the contract award date.

SSN Disclaimer

This SSN is issued solely for Market Research purposes. It does not constitute a Request for Proposal (RFP) nor a promise to issue an RFP in the future. This SSN does not commit the Government to solicit or award a contract. The information provided in the SSN is subject to change and is not binding on the Government. Respondents are advised that ALL costs associated with responding to this SSN, including any requests for follow-up information, will be solely at the interested parties' expense and the Government will not pay for any information or costs incurred or associated with submitting a SSN White Paper Capability statement or follow-on responses.

The Government reserves the right to consider a set-aside for small businesses or one of the small business preference groups. (e.g., small business, service-disabled veteran-owned small business, 8(a), HUBZone small business, and women-owned small business programs).

Background
The Navy Enterprise Resource Planning (ERP) Support contract aims to provide sustainment support for the Navy ERP system. The contract may involve access to proprietary or source selection information and evaluation services, which may create potential Organizational Conflict of Interests (OCI) as defined in Subpart 9.5. The contractor is required to possess and maintain a SECRET facility clearance from the Defense Security Service, and their employees must have been granted a SECRET security clearance from the Defense Industrial Security Clearance Office.

Work Details
The contract includes tasks such as providing general support services, configuration management, release management, and training support for the SSP Navy ERP Enterprise. This involves programmatic, technical, and business process subject matter expertise, execution of sustainment activities, support for future system updates and issue resolution, coordination of testing and validation activities, development of risk-based functional change packages, incident analysis and documentation, and training planning and delivery.

Place of Performance
The geographic location(s) where the contract will be performed is not explicitly provided in the given information.

Overview

Response Deadline
June 20, 2024, 4:00 p.m. EDT (original: March 21, 2024, 4:00 p.m. EDT) Past Due
Posted
March 12, 2024, 8:18 a.m. EDT (updated: June 11, 2024, 9:27 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Washington Navy Yard, DC 20374 United States
Source
SAM

Current SBA Size Standard
$34 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
61%
Signs of Shaping
79% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 3/12/24 Naval Strategic Systems Programs issued Sources Sought N0003025R4301 for Navy Enterprise Resource Planning (ERP) Sustainment Support due 6/20/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 541511 (SBA Size Standard $34 Million) and PSC R799.
Primary Contact
Name
Sarah Machulski   Profile
Phone
None

Secondary Contact

Name
Brenda Petitt   Profile
Phone
None

Documents

Posted documents for Sources Sought N0003025R4301

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought N0003025R4301

Award Notifications

Agency published notification of awards for Sources Sought N0003025R4301

Contract Awards

Prime contracts awarded through Sources Sought N0003025R4301

Incumbent or Similar Awards

Contracts Similar to Sources Sought N0003025R4301

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N0003025R4301

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N0003025R4301

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > SSP > STRATEGIC SYSTEMS PROGRAMS
FPDS Organization Code
1700-N00030
Source Organization Code
100243206
Last Updated
July 5, 2024
Last Updated By
sally.machulski@ssp.navy.mil
Archive Date
July 5, 2024