Request for Information - Inventory Management Software
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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)
- Original Published Date: Mar 03, 2025 04:20 pm EST
- Original Response Date: Apr 03, 2025 05:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Apr 18, 2025
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- 541511 - Custom Computer Programming Services
- Place of Performance: Natick , MA 01760USA
Description
SYNOPSIS: This Sources Sought Announcement is to assist the US Army DEVCOM Soldier Center to identify potential sources to provide an inventory management technology to replace legacy software.
The Government requests that responses be submitted electronically to mary.k.prebensen.civ@army.mil and christine.p.poulack.civ@army.mil by April 3, 2025 by 5pm EST.
Background: The Government (DEVCOM Soldier Center) is seeking next generation inventory management technology that goes beyond traditional WMS to drive employee engagement and efficiency through the supply chain to solve inventory tracking requirements utilizing a cloud-based platform which incorporates the ability to add specific functionality i.e. user required nomenclature, user criteria, etc.
Specific Specifications:
Inventory management technology replacing legacy software that goes beyond traditional Warehouse Management System to drive employee engagement and efficiency through the supply chain. Inventory platform which provides real time inventory fulfillment, quality control and traceability. Create a reliable implementation plan to be established as well as accomplished within a 15-week deliverable.
-
Utilize encrypted SQL database for continuity in integrity controls of data at rest
-
Utilize SSL for API secure endpoint
-
Integrate with Army Active Directory two-factor authentication, single sign on, and user access auditing
-
Configurable inactivity timeouts for web console
-
Rapid Deployment
-
Inventory Requests
-
Manufacturing, Assembly, Kitting - combine individual pieces of inventory to create a new item that is tracked.
-
Procurement, Fulfillment Planning - orders being received and inventory acquired to meet that need
With an established port, Compliance with required DISA STIG setting which in turn, requires SQL servers to hide themselves on the network by using a different port number.
-
Require that SQL database can be set up on existing instance
-
With an established port, Compliance with required DISA STIG setting which in turn, requires SQL servers to hide themselves on the network by using a different port number.
-
A browser is not required to be installed on the server.
-
Install IIS. STIG consideration of the following: An “Allow All” is a STIG finding and not allowed. Lists required to generate a Blacklist and Whitelist of extensions and paths allowed as part of an approval to run said extensions.
-
RE: V-218744 Handler Mappings, V-218745 Request Filtering:
-
Management with capability to turn off all Handler mappings and then turn them back on (one by one as required) to determine what is needed (ASPX required). Use windows Auth for SQL if required.
-
SQL server services must be able to run with a Windows Account, Local SQL AUTH not allowed.
IT Questionnaire for RFI:
-
Version #:
-
Software Manufacturer:
-
Software Country of Origin:
-
Is Personal Identifiable Information (PII) being processed?
-
Does this software communicate across the network (LAN or WAN). If yes, explain.
-
Does this software pull data or transmit data to other devices/systems/servers?
-
Does the data that is entered into this software stay internal to the local enclave? If not, is an agreement in place with the third party vendor to protect the information entered?
-
Does the software operate on Windows 11?
-
Are there wireless communications? If so, please confirm all wireless communications are FIPS 140-2 validated encryption.
-
Must support versions: SQL server 2019, IIS v10, Windows Server 2022
Product platform and implementation to include:
-
Base Configuration and Workflows:
-
Receiving and put-away
-
Site transfers
-
Warehouse control processes (cycle counts, inv adj, inv reports, hold management)
-
Picking, Manufacturing, Bill of Materials (BOM)
-
Base labels and documents (Bill Of Lading, packing slip, control reports)
-
Authentication via secure username password
-
Configuration (based on client specific workflows)
-
Training
-
User Acceptance Testing test plan support
-
Go-Live readiness review
End User Requirements
Accounts Feature
-
Ability to add/remove user accounts from administrative account.
-
Ability to modify permissions and access for accounts from the administrative account.
-
Accounts must be password protected.
Item Type Management:
-
Add and remove item types
-
Customization of data fields (including name, title, size, position, and data character type (both numbers and/or text))
Item Attributes:
-
Must support customizable item attributes (name, title, size, position, and data character type (both numbers and/or text))
-
Pinable inputs (ability to lock the information provided in a data field and have the software remember the selection for future item use).
User Interface:
-
The user interface must have the flexibility to be customized by process action, ensuring that it is adaptable to various workflows.
-
Add or remove modes available from main UI screen that restricts actions to adding and removing only. Scanning a bar code brings item information to forefront and reduces number of clicks needed to add or remove software.
Reporting features:
-
The system must allow for the customization of data fields for production event reports:
-
real-time output (updates at least every second)
-
data spot checks, and event tracking capabilities
Inventory Reports:
-
Sortable by time ranges, item types, transaction types.
-
Output must be compatible with Microsoft office 365 to allow customizable reporting in Excel.
-
Transaction reporting:
-
undo action feature, and manager/admin controls for monitoring and managing transactions.
Data Import/Export:
-
Must support the import and export of data, with the ability to manipulate CSV (comma separated values) columns into created item types for further processing.
-
Importing data must be assimilated in a customizable fashion that allows the in-processing of previous inventory software data to avoid truncating data fields.
Automated Data Backups:
-
Customizable by frequency and location saved.
Barcode Scanning:
-
Scanners must be compatible with USB, wireless scanning is prohibited on government computer systems.
-
Has compatibility with 2D and QR (quick response) code scanners.
Label Printing/Creation:
-
The software must support label creation
-
5160 address labels, 5.5” x 8.5” labels
-
Must generate 2D barcodes for these sizes.
-
Pulls barcode data from existing excel sheets or generated data internally.
Must allow modification of text size, spacing, and the ability to create QR codes for labels.
Capability to place selected inventory on hold, freezing the inventory from being manipulated by selected users.
Implementation, customer service, and issue resolution timelines
-
Vendor provides analysis of inventory needs and sets up test environment for client to provide feedback on within 12 weeks of contract initiation.
-
After test environment is approved, on-site support is provided for implementation and assistance with importing data within 15 weeks of contract initiation.
-
After software is fully live, customer service provided shall meet the following minimum requirements:
-
Acknowledgement of ticket creation within 24 hours.
-
48-hour ticket resolution for major software issues affecting security or total software access.
-
10 business day resolution for customization requests and minor bug corrections.
-
Quarterly evaluation meetings from vendor to assess product acceptability and address customer feedback for the first year.
Deliverables:
-
Set up stage initial system data load of customer, vendors, items, bins, inventory, test Point of sale (PoS).
-
Scope stage design analysis and process document delivery.
-
Deve Stage Confirmation and development as needed,
-
consulting, includes testing/training of systems to prepare for User Acceptance Testing (UAT).
-
UAT Stage guide client through UAT with prescribed tests, resolve issues, provide additional recorded training as needed.
-
Live Stage Product consultation to train, support and resolve issues.
Delivery Date: The Government anticipates 15 weeks deliverable time for this item. Please identify timeframe required for delivery.
Interested parties are invited to submit a response to this Sources Sought Announcement. THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY
This Sources Sought Announcement is issued solely for information and planning purposes and to identify interested sources. THIS IS NOT A SOLICITATION. No contract will be awarded from this announcement. This Sources Sought does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. It is subject to change and is not binding on the Government. Further, unsolicited proposals will not be accepted. Funding is not available at this time. The United States Army has not made a commitment to procure any of the items/services discussed, and release of this Sources Sought Announcement should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. Response to this Sources Sought Announcement is voluntary and no reimbursement will be made for any costs associated with providing information in response to this and any follow-on information requests. All submissions become Government property and will not be returned.
Not responding to this Sources Sought Announcement does not preclude participation in any future RFP if any is issued. If a solicitation is released, it will be synopsized in the SAM.gov website. It is the responsibility of the potential responders to monitor this site for additional information pertaining to this subject.
RESPONSES:
Interested parties may identify their interest and capability by sending responses regarding this requirement to DEVCOM Soldier Center via e-mail ONLY to mary.k.prebensen.civ@army.mil and Christine.p.poulack.civ@army.mill no later than April 3, 2025 by 5:00 p.m. EST. The U.S. Government will not pay for any information or administrative cost incurred in response to this Notice. All costs associated with responding to this Notice will be solely at the expense of the interested party.
Please provide business size (indicate your socioeconomic status), applicable NAICS code, and CAGE code. If you hold a GSA Federal Supply Schedule contract, please identify your contract number.
QUESTIONS:
Any questions for clarification may be emailed to mary.k.prebensen.civ@army.mil and christine.p.poulack.civ@army.mil later than March 31, 2025 by 5:00 p.m. EST. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information. An unattributed list of questions and answers will be published at the same web location of this Sources Sought Announcement.
Attachments/Links
Contact Information
Contracting Office Address
- 10 GENERAL GREENE AVE
- NATICK , MA 01760-5011
- USA
Primary Point of Contact
- Christine Poulack
- christine.p.poulack.civ@army.mil
Secondary Point of Contact
- Mary Prebensen
- mary.k.prebensen.civ@army.mil
History
- Mar 11, 2025 03:45 pm EDTSources Sought (Updated)
- Mar 07, 2025 05:27 pm ESTSources Sought (Updated)
- Mar 03, 2025 04:20 pm ESTSources Sought (Original)