SOLICITATION NOTICE
D -- AIR FORCE GLOBAL FORCE MANAGEMENT DATA INITIATIVE - GFM-DI
- Notice Date
- 5/25/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- HQ OSSG/KAK, 201 East Moore Dr., Maxwell AFB - Gunter Annex, AL 36114
- ZIP Code
- 36114
- Solicitation Number
- DFSG-GFM-DI-001
- Response Due
- 6/17/2005
- Archive Date
- 6/21/2005
- Small Business Set-Aside
- N/A
- Description
- TITLE: AIR FORCE GLOBAL FORCE MANAGEMENT (GFM) DATA INITIATIVE (DI) SOL: DFSG-GFM-DI-001 DUE: 17 June 2005 POC: MS ROSEMARY B. BARNES, CONTRACTING OFFICER, (334) 416-1970; RICHARD ASHLEY, CONTRACT SPECIALIST, (334) 416-1796; MS. LINDA JONES, GFM-DI PROGRAM MANAGER (DFSG/LRP) DESCRIPTION: This is an announcement of a Request for Information (RFI). The Government does not presently intend to award a contract but requests the following information for planning purposes. The Development and Fielding Support Group Logistics and Readiness Division (DFSG/LR) is doing market research to gain knowledge of capabilities that have the potential for fulfilling automated information management requirements for the Air Force Global Force Management Data Initiative (GFM-DI). The objectives of GFM-DI are to provide the warfighter with a common vocabulary (logical data model) for the Air Force GFM Community of Interest. It will also provide the warfighter with a net-centric, web-enabled, shared space environment that exposes Force Structure Construct (FSC) data which contains the Air Force organizational structure along with authorizations for equipment, manpower, and facilities. The assigned data for equipment, manpower, and facilities is then linked to Air Force FSC data to facilitate war planning activities. GFM-DI is an "enabling" capability for discovering, accessing, and mediating GFM data rather than a "functional" capability for GFM analysis, planning, and reporting. The GFM-DI is part of a Joint Services GFM requirement. A perspective for this activity, written from Army experiences is at http://www.tdan.com/i029ht01.htm . To function in this environment GFM-DI will need a complex configuration management process capable of quickly responding to changes coming from the Joint Staff model, changes to the actual Air Force structure, and changes from published interfaces. This RFI is seeking information on the availability of any procedures, processes, or products (solutions) that may have the capability to be rapidly fielded, operated, maintained, and managed by the Air Force to solve the GFM-DI objectives. The solutions should have a viable presence in industry or Government and should be in current use in applications similar to the Air Force planned use. To determine the extent the solutions can be adapted to the Air Force environment, DFSG/LR may perform an analysis of the real-world use of the actual applications and how they will support GFM-DI processes. Information provided by this RFI will be used in preparing a business case for GFM-DI. The results of this business case may be used for future GFM-DI solicitations. The following information is requested for the Government analysis: * Basic product characteristics o Supportability - use of proprietary programming languages o Reliability o Open Systems/Standards Compliance o Net Centric Operational Warfare Data Principles Compliance * System Architecture documentation that will assist in o Identification of any differences between the system architecture and the Common Operating Environment (COE). http://diicoe.disa.mil/coe o Identification of any differences between the system architecture and the Global Combat Support System - Air Force (GCSS-AF) integration framework. http://www.gcss-af.com/cfs/outreach/index.cfm * Communication Architecture o Networking approach - compliance with Net-centric Enterprise Solutions (NCES). Additional information is at http://nesipublic.spawar.navy.mil/. * Security Architecture o The proposed products must have been developed and documented in a manner such that they are able to meet Department of Defense (DoD) requirements for Command, Control, Communications and Computers Integrated Support Plan (C4ISP) to include architecture and security. * Data Architecture o Identification of any differences between a proposed data architecture and the Air Force Net Centric Operations Warfare Data Strategy o Use of transactional data stores, operational data stores, and data warehousing o Scalability o Storage of historical data o Use of existing DoD Metadata Library artifacts o Use of existing DoD data Semantics vocabularies * Interoperability o Joint Staff, Information Exchange Data Model (IEDM) o Identification of documented business rule relationships * Use of Business Process Execution Language Capabilities * Documentation availability o System support, administration, and end user * A proposed deployment approach and timelines (provide example of past similar approach) * Current Application(s) o Contact information for current users should include name, address, telephone number, and e-mail address. * Licenses and licensing requirements o Each product should have an accompanying tentative pricing structure. Any pricing information will remain confidential. Submittals are not offers that may be accepted by the Government to form a binding contract. * Proprietary and confidential information should be appropriately marked as such. Respondent(s) must specify in response whether it is a large business, small business, very small business, small disadvantaged business, 8(a) concern, woman-owned small business, HUBZone small business, veteran-owned small business, or service-disabled veteran-owned small business. In addition, respondent must specify whether it is a U.S.-owned or foreign-owned firm. Contractor formats for the requested information are acceptable. RFI submittals may be submitted electronically to the Contracting Officer identified below. RFI submittals should be submitted no later than 1600 CST, 17 Jun 2005. This is not a request for proposals. Requests for a solicitation will not receive a response. This is a Request for Information only and does not, by its issuance, restrict the Government as to the ultimate acquisition approach. The Government will not reimburse any costs for any information, documentation, and/or data submitted or preparation costs for submittals in response to this RFI. Please note that the HERBB will be the primary source of information for the GFM-DI acquisition. Interested firms should check for updates frequently and subscribe to the HERBB update service. Firms are reminded that only Contracting Officers are legally authorized to commit the Government. Address all questions to the Contracting Officer at the following address: HQ OSSG/KAK, Attn: Rosemary B. Barnes, Contracting Officer, 201 East Moore Drive, Bldg 856, Suite 178, Maxwell AFB, Gunter Annex AL 36114-3000. Ms. Barnes can also be reached via e-mail at rosemary.barnes@gunter.af.mil or by telephone at (334) 416-1970. The Contract Specialist, Richard Ashley, may be reached at richard.ashley@gunter.af.mil or by telephone at (334) 416-1796. It is important that all firms interested in this RFI are registered in the Central Contractor Registration (CCR), website http://www.ccr.gov/index.cfm. A Dunn & Bradstreet's Data Universal Number System (DUNS) number is required for registration. Visiting the FedBizOpps http://www.fedbizopps.gov and HERBB http://www.herbb.hanscom.af.mil/ websites provide vehicles for you to access future Government acquisitions. LINKURL: http://www.herbb.hanscom.af.mil/ LINKDESC: ESC Business Opportunities Web Page EMAILADD: rosemary.barnes@gunter.af.mil or richard.ashley@gunter.af.mil See Note 26.
- Web Link
-
N/A
(http://www1.eps.gov/spg/USAF/AFMC/ESC/DFSG%2DGFM%2DDI%2D001/N/A)
- Place of Performance
- Address: N/A
- Zip Code: N/A
- Country: N/A
- Zip Code: N/A
- Record
- SN00815323-W 20050527/050525212012 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |