Oklahoma Bids > Bid Detail

An Enterprise Resource Planning System (ERP) for the National Supply Service Center for IHS.

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159089958390289
Posted Date: Apr 19, 2023
Due Date: May 10, 2023
Solicitation No: 246-23-D-0084
Source: https://sam.gov/opp/44fa999a6f...
Follow
An Enterprise Resource Planning System (ERP) for the National Supply Service Center for IHS.
Active
Contract Opportunity
Notice ID
246-23-D-0084
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
OK CITY AREA INDIAN HEALTH SVC
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Apr 19, 2023 03:00 pm CDT
  • Original Response Date: May 10, 2023 12:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • Recovery and Reinvestment Act
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 513210 - Software Publishers
  • Place of Performance:
    Oklahoma City , OK 73114
    USA
Description

All cloud offerings must be Federal Risk and Authorization Management Program (FedRAMP) authorized at the FISMA high level, as well as any Infrastructure as a Service (IaaS), Platform as a Service (PaaS), Software as a Service (SaaS) or other cloud components proposed to meet the requirements of this SOW. This ERP solution should be a cloud based software solution that allows for the following abilities at the IHS NSSC using Oracle Cloud Infrastructure (OCI).




  • Warehouse inventory management (multiple warehouses)

  • Healthcare facility inventory management (multiple healthcare facilities)

  • Generation of a bill for collection using multiple fee structures and by combining data from multiple sources

  • Stakeholder shipment notification that includes third party tracking numbers

  • Multitude of reporting needs

  • Cloud based ordering system for stakeholders to order directly through warehouses




  1. IMPLEMENTATION



Nine major tasks (core functions) define the scope of capabilities that the NSSC is looking for in an Oracle system integrator:




  1. Project Management

  2. Technical architecture and cloud infrastructure

  3. Core ERP implementation

  4. Analytics and business intelligence configuration

  5. Data migration

  6. Warehouse interface implementation

  7. Current Good Manufacturing Practices (cGMP) validation

  8. Change management

  9. Business process alignment



All performance requirements for these nine major tasks are listed in Technical Exhibit 1, Performance Requirements. All deliverables for these nine major tasks are listed in Technical Exhibit 2, Deliverables Schedule.



CLIN 1 – Project Management



CLIN 1.1: The Contractor must drive the program planning and implementation with a clearly defined roadmap with key milestones and project management plan, minimizing rework and accelerating speed to delivery.



CLIN 1.2: The Contractor must report project status to NSSC project lead weekly, and report progress to the NSSC project lead as requested to ensure strategic alignment with executive sponsors and adherence to defined roadmap.



CLIN 1.3: The Contractor must identify and proactively resolve roadblocks, coordinating with individual developers and NSSC contacts to keep the implementation on schedule.



CLIN 1.4: The Contractor must provide support to NSSC project sponsor in preparing deliverables for HHS Enterprise Performance Life Cycle (EPLC) Stage Gate Reviews (Technical Exhibit 3) and presenting and explaining design decisions as needed. Stage Gate Reviews may include Project Baseline Review, Preliminary Design Review, and Operational Readiness Review. The Contractor must provide support in developing required EPLC artifacts, reports, and documents as needed. EPLC is a framework to enhance Information Technology governance through rigorous application of sound investment and project management principles and industry's best practices.



CLIN 2 - Technical architecture and cloud infrastructure



CLIN 2.1: The Contractor must validate the proposed end-state solution using Oracle Cloud Infrastructure (OCI) as recommended by Oracle and make adjustments as needed. Contractor will collaborate with Oracle where appropriate, capturing input and approval from the NSSC project lead to ensure the Oracle cloud configuration is in line with federal security requirements.



CLIN 2.2: The Contractor must implement and test cloud infrastructure, using the Oracle Cloud Infrastructure procured by NSSC. The contractor must facilitate all testing, including integration, system, and user acceptance testing.



CLIN 2.3: The Contractor must design, build, and implement HSPD-12 compliant authentication of HHS users to the new system using a current HHS authentication solution. The contractor must facilitate all testing, including integration, system, and user acceptance testing.



CLIN 2.4: The Contractor must complete System Assessment and Accreditation (SA&A) documentation required to validate FISMA high security requirements, as mandated for gaining an Authority to Operate (ATO). This includes completing the following documents using templates provided by NSSC:




  • E-Authentication Risk Assessment and Selection of E-Authentication Assurance Levels

  • Business Impact Analysis (BIA)

  • Security Assessment Report (uses guidelines from NIST 800-30)

  • System Security Plan (uses guidelines from NIST 800-53)

  • Risk Assessment (uses guidelines from NIST 800-30)

  • Contingency Plan (uses guidelines from NIST 800-34)

  • Incident Response Plan (uses guidelines from NIST 800-61)

  • Configuration Management Plan

  • Selected Security Controls (NIST 800-53)



CLIN 2.5: The Contractor must maintain and handover solution for a period of post-deployment support focused on cloud infrastructure knowledge transfer, including any required monitoring and maintenance.



CLIN 3 - Core ERP implementation



CLIN 3.1: The Contractor must analyze current target business processes (order to delivery, procure to pay, record to report, warehouse operations) and recommend technical reconfigurations.



CLIN 3.2: The Contractor must design solution with approval from NSSC at interim stage gates (e.g., fit-gap analysis, data volume planning, Oracle license planning, central ERP design, test planning). This may include reconfiguration of licensed ERP modules and implementation of new modules.



CLIN 3.3: The Contractor must build a complete solution in Oracle Cloud Infrastructure and facilitate all testing, including integration, system, and user acceptance testing. This is to include all hardware necessary to the solution.



CLIN 3.4: The Contractor must deploy solution in Oracle Cloud Infrastructure and provide hyper care support for a period of 4 weeks.



CLIN 3.5: The Contractor must maintain and handover solution for a period of post-deployment support, focused on onboarding NSSC daily users and operating system knowledge transfer, including maintenance and any customization.





CLIN 4 - Analytics and business intelligence configuration



CLIN 4.1: The Contractor must design data and report mapping for the creation of key reporting tools using Oracle Analytics Cloud, capturing input from NSSC users to ensure that designed analytics map to NSSC standards and priorities.



CLIN 4.2: The Contractor must create meta-data layer to serve as business intelligence backbone for the creation of key reporting tools using Oracle Analytics Cloud.



CLIN 4.3: The Contractor must identify and configure standard NSSC reports using Oracle Analytics Cloud and facilitate all testing, including unit, integration, system, and user acceptance testing.



CLIN 5 - Data migration



CLIN 5.1: The Contractor must define the strategy for migrating data from on-premises software solutions to Oracle Cloud Infrastructure (OCI), including all necessary ETL (extract, transform, load) cycles, while maintaining FISMA High security.



CLIN 5.2: The Contractor must set up a development environment for testing and validating the data migration strategy, including all necessary ETL (extract, transform, load) cycles for optimizing the migration and minimizing downtime.



CLIN 5.3: The Contractor must coordinate with multiple stakeholders to execute the data migration from on-premises software to OCI, including multiple ETL (extract, transform, load) cycles as required for optimizing the migration and minimizing downtime.



CLIN 5.4: The Contractor must maintain and handover solution for a period of post-migration support focused on ensuring data migration is complete.



CLIN 6 - Warehouse interface implementation



CLIN 6.1: The Contractor must assess the cost to develop the full suite of interface functionality required for connecting the current materials management systems. This includes cloud-based infrastructure and software costs for supporting interface functionality.



CLIN 6.2: The Contractor must design solution for cloud-based software and servers to be hosted in Oracle Cloud Infrastructure, as required to support the full suite of interface functionality.



CLIN 6.3: The Contractor must set up and configure servers and software in Oracle Cloud Infrastructure to support interface functionality, and must facilitate all testing.



CLIN 6.4: The Contractor must implement standard EDI including minor customizations / configurations to standard messages, coordinating with the third party logistic (3PL) data as needed and capturing input from NSSC users. The contractor must adhere to the following requirements:




  • EDI x12 4010 & 5010 message standard

  • EDI messages 850, 940, 943, 944, 945, 947 and 997 are currently supported, and this list may grow

  • AS2 to securely deliver messages between NSSC and 3PLs



CLIN 6.5: The Contractor must design and build interface (e.g., data mapping, align on required messages, test planning), coordinating with the 3PLs as needed and capturing input from NSSC users to ensure that interface is designed for prioritized warehouse data.



CLIN 6.6: The Contractor must test interface and facilitate all testing, including unit, integration, system, and user acceptance testing, and using environments set up / configuration. Testing meets cGMP requirements.



CLIN 6.7: The Contractor must deploy interface (e.g., hyper care support) using environments set up / configuration.



CLIN 6.8: The Contractor must maintain and handover solution for a period of post-deployment support focused on onboarding NSSC daily users and operating system knowledge transfer, including maintenance and any customization.)



CLIN 6.9: Final ERP solution must be expandable to add additional warehouses as well as healthcare facilities for future phases of modernization. The addition of healthcare facilities would allow those entities to operate inventory solutions locally; however, those facilities would function as a child unit while the NSSC functioned as the parent unit.



CLIN 7 - cGMP validation



CLIN 7.1: The Contractor must design and develop cGMP validation plan document and must receive approval from project lead / NSSC executive steering committee.



CLIN 7.2: The Contractor must submit cGMP validation documents for each test with supporting documentation.



CLIN 7.3: The Contractor must document the system’s Functional/User Requirements Specifications (FRS) to be complete and accurate.



CLIN 7.4: The Contractor must document the system’s design and configuration to be complete and accurate. Design requirements are described in CLINs 2 thru 6 above.



CLIN 7.5: The Contractor must document the test plans to be complete and accurate. Required test plans are described in CLINs 2 thru 6 above.



CLIN 7.6: The Contractor must document an Installation Qualification (IQ) which must be approved prior to execution by project lead.



CLIN 7.7: The Contractor must perform and document an Operational Qualification (OQ) which must be approved prior to execution.



CLIN 7.8: The Contractor must perform and document a Performance Qualification (PQ) which must be approved prior to execution.



CLIN 7.9: The Contractor must complete a Traceability Matrix (TM) of FRS against OQ to be complete and accurate by project lead prior to approval of Validation Summary Report.



CLIN 7.10: The Contractor must submit a Validation Summary Report to be complete and accurate.



CLIN 8- Change management



CLIN 8.1: The Contractor must create, monitor, and adjust ongoing communications strategy to create buy-in within NSSC and keep stakeholders up to date on progress and expectations.



CLIN 8.2: The Contractor must support change effort by developing communication materials, identifying and targeting key stakeholder groups and overall NSSC culture to effectively support implementation.



CLIN 8.3: The Contractor must design training materials on modernized ERP system and workflow changes (e.g., system reconfiguration, new modules, new business intelligence interface, new warehouse interface.)



CLIN 8.4: The Contractor must provide training (one-on-one and/or small group) on the new system for up to 10 train-the-trainer sessions with NSSC training and/or logistics teams.



CLIN 9 - Business process alignment



CLIN 9.1: The Contractor must evaluate business process impact to assess where prior SOPs will need to be revised to match best practices and the modernized ERP system.



CLIN 9.2: The Contractor must modify and document business processes to best practices and modernized ERP, coordinating with the NSSC logistics team as necessary to understand program-specific constraints and requirements.



CLIN 9.3: The Contractor must validate business processes against the deployed system to ensure that SOPs match technical operation of the modernized ERP, and make revisions as needed.


Attachments/Links
Contact Information
Contracting Office Address
  • 701 MARKET DRIVE
  • OKLAHOMA CITY , OK 73114
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 19, 2023 03:00 pm CDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >