Test Automation Software - Request for Information
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 (Updated)
- Updated Published Date: Feb 18, 2022 08:01 am CST
- Original Published Date: Feb 08, 2022 03:27 pm CST
- Updated Response Date: Feb 28, 2022 03:00 pm CST
- Original Response Date: Feb 15, 2022 03:00 pm CST
- Inactive Policy: 15 days after response date
- Updated Inactive Date:
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 7C20 - IT AND TELECOM - DATA CENTER PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE)
- NAICS Code:
- 334111 - Electronic Computer Manufacturing
- Place of Performance:
Description
Test Automation Software Market Research
Request for Information (RFI)
The U.S. Army Contracting Command-Rock Island (ACC-RI), Rock Island, IL 61299 on behalf of Global Combat Support System - Army (GCSS-Army), is conducting market research to identify potential sources capable of producing test automation software by:
Evaluating and selecting a test automation platform for the testing of System Applications and Products (SAP) and other software applications, along with their requisite Master Data combinations, which support the various mission objectives of the US Army.
The purpose of this market research is to obtain current information on the capability of businesses to provide the test automation software requirements. The Government Statement of Work (SOW) associated with this requirement is attached and details the Scope, Objectives, Description of Services, Security, Deliverables, Place of Performance, Period of Performance, Labor Categories, Schedule, Contractor Furnished Items and Services, and Government Furnished Items.
The purpose of test automation software is to support the enhancement and modernization of existing test automation processes and tool sets. The selected platform will need to interface and synchronize with the current tool sets in use. The Contractor must be able to provide a single source for obtaining installation files (e.g., Government does not need to go to many sites to obtain install files). Test automation software must:
- Create code-less, script-less tests for every SAP process, application, and interface.
- Automate and maintain SAP Tests using Machine Learning.
- Detect and record Test Errors/defects automatically.
- Automatically identify SAP tests that are not automated (test gaps) and detect changed SAP objects requiring testing.
- Automate Test Data identification and preparation using Artificial Intelligence.
- Integrate with current test tools (MicroFocus Unified Functional Test).
- Integrate with MicroFocus Application Lifecycle Management (ALM) without any customization.
- Operate in an Army Security Technical Implementation Guide Environment (STIGed).
- Be able to support Common Access Card (CAC) authentication using Electronic Adjudication Management System (EAMS-A).
- Provide user-friendly reporting and analytics capability.
- Provide an ability to create ad-hoc test report without customization.
To be considered a capable source for this effort, interested Contractors must show adequate technical capability to provide the test automation software requirements. The period of performance (PoP) is for a 60-day base period and three 12-month option periods beginning two (2) weeks after date of contract award. If a respondent does not have adequate resources (technical, personnel, etc.) available, the respondent must be able to demonstrate that they can obtain such necessary resources to meet the PoP.
Interested contractors should submit the following information:
- Name of Company, Address and Contact Information
- Company size (please specify as either a Large Business, Foreign-Owned Business, Small Business, Small Disadvantaged Business, 8(a) Concern, Woman-Owned Small Business, Historically Underutilized Business Zone concern, Veteran-Owned Small Business, or Service-Disabled Small Business).
- CAGE code, if available.
- A brief summary of the company’s capabilities; to include a description of technical skills/abilities, and personnel experience as it relates to the test automation software.
- The ability to meet the 60-day PoP beginning two (2) weeks after date of contract award.
- Description of the existing Quality Assurance System.
- A list of contracts currently held with the Government; to include the contract number and contract vehicle for carrying out contract (CHESS, ESI, SEWP, GSA, etc.).
- Any other additional information that may be useful to the Government if it chooses to go forward with a request for proposal (RFP).
The U.S. Government will not accept contractor submissions longer than 10 typed pages.
This market research is for planning purposes only and shall not be construed as a RFP or as an obligation on the part of the U.S. Government. The U.S. Government does not intend to award a contract on the basis of this market research or otherwise pay for the information provided. Participation in this effort is strictly voluntary and at no cost to the U.S. Government. Please identify any proprietary information submitted. Proprietary responses will be protected in accordance with the markings.
TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. The U.S. Government will not consider marketing brochures adequate information in response to this notice and reserves the right to reject, in whole or in part, any private sector input as a result of the market research notice. All information provided will not be returned and will be held as contractor confidential information. The requested information should be sent via email to Witney.l.hernandez.civ@army.mil and John.p.hemmen.civ@army.mil no later than 1500 Central on 28 February 2022. The email shall contain a subject line that reads “Request for Information: Test Automation Software”. No solicitation exists; therefore, do not request a copy of a solicitation. If a formal solicitation is generated at a later date, a solicitation notice will be published. All companies interested in a future solicitation must be registered in the System for Award Management website: https://www.SAM.gov.
Attachments/Links
Contact Information
Contracting Office Address
- JOINT MUNITIONS COMMAND BLDG 350 RODMAN AVE
- ROCK ISLAND , IL 61299-5000
- USA
Primary Point of Contact
- Witney Hernandez
- Witney.l.hernandez.civ@army.mil
Secondary Point of Contact
- John Hemmen
- john.p.hemmen.civ@army.mil
History
- Mar 15, 2022 10:55 pm CDTSources Sought (Updated)
- Feb 08, 2022 03:27 pm CSTSources Sought (Original)