Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2007 FBO #1875
SOURCES SOUGHT

D -- Briefing Room Interactive (BRI)

Notice Date
9/14/2006
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, TX, 78150-4302
 
ZIP Code
78150-4302
 
Solicitation Number
Reference-Number-AETCCONSBRI
 
Response Due
9/28/2006
 
Point of Contact
Gwen Mayhue, Contract Specialist, Phone 210-652-4259, Fax null, - George Rellstab, Contracting Officer, Phone 210-652-6388, Fax 210-652-5733,
 
E-Mail Address
gwen.mayhue@randolph.af.mil, myles.rellstab@randolph.af.mil
 
Description
The Air Education and Training Command (AETC) Contracting Squadron is seeking sources capable of providing service for delivery of an interactive mission briefing/media library system called BRI (Briefing Room Interactive) for the Introduction to Fighter Fundamentals (IFF) course and be available from any computer on the internet. BRI currently is deployed to individual computers (approximate 100) and distributed via MS SMS through an enterprise network managed by AETC. The IFF version of BRI contains approximately 1 GB of files. It runs on a standard browser and uses XML files operating as a database through JavaScript to display dynamic ASP pages. Media types used are typical for web-based programs such as Flash, JPEG, Word docs, and PDFs. Plug-ins currently required are: Flash, Acrobat Reader, Word, and Windows Media Player. This RFI is for planning purposes only. This information will be used in conducting market research to identify potential sources and commercial products, obtain prices, and to locate support experience. This RFI shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. Any information provided to the Government is strictly voluntary and at no cost to the Government. A formal solicitation will be announced separately. The tentative solicitation issue date is Oct 2006; however this date is subject to change. The Government will award one contract. A firm fixed price type contract is contemplated. A source selection will be conducted per Air Force Federal Acquisition Regulation Supplement (AFFARS) 5315 and Mandatory Procedures (MP) 5315.3 at HQ AETC, Randolph AFB, TX. Contacts to Government personnel by potential offerors regarding this project are not allowed. The contracting officer, Mr. Myles Rellstab, will post all information regarding this solicitation as soon as it becomes available. Comments and information on the following are requested: (1) Company name, address, point of contact, their telephone number and e-mail address; (2) Approximate annual gross revenue; (3) Any small business status (8(a), HUB Zone, veteran-owned, women-owned, etc.); (4) Indicate if your role in the performance of the consolidated requirement would be (a) Prime Contractor; (b) Subcontractor; or (c) Other, please describe; (5) If you indicated your role as ?Prime Contractor? on Question 4, indicate the functions for which you plan to use subcontractors; (6) If you indicated your role as ?Prime Contractor? on Question 4, please provide brief information you feel would indicate your capability to mobilize, manage, and finance such a contract as this (7) If you indicated your roll will be a ?Subcontractor? on Question 4, please indicate which functional areas you intend to cover; (8) Indicate if your company primarily does business in the commercial or Government sector; (9) Please describe any commercial-sector contracts you have performed for similar combined services [if applicable, (10) Indicate which NAICS code(s) your company usually performs under for government contracts and (11) please provide suggestions to maximize the effectiveness of the anticipated solicitation and resulting contract in providing quality services to HQ AETC]. The planned NAICS (North American Industry Classification System) code is 541519 and the SIC (Standard Industrial Classification) code is 7379, with the applicable small business size standard of $23 million in annual gross receipts. Requirement: (Note: The description herein is a summary of the required product and services and is not intended to be all-inclusive). The vendor shall address all necessary actions, including testing, maintenance, and coordination with government personnel. Acquisition Requirements: - The following services will be provided ? Delivery of BRI with all current interactivity, functionality and features without requirement for developers to reformat current content ? Near instantaneous display of all pages (for example, videos at 640X480 resolution originally captured in raw AVI format of sizes ranging from 700MB to 2GB) ? Accessible from any computer with an internet connection ? Up to 100 simultaneous users ? Potential to either control user access or not ? Capability for auditing users ? Particular current features which are mandatory ? Capability to save mission preparations on removable media in current format (.txt files of about 2 kb size), and then to use this file to launch BRI from another computer ? Keyboard and mouse functionality as currently implemented; i.e. Enter key and ?f? key move forward, ?b? key moves back, navigation hot spots functional ? All current pages display and function as currently displayed, CSS fully implemented ? Simple updating of BRI to include both content and code ? Developers must be able to add, change, or delete both current content files and alter JavaScript coding simply, with an easy interface, and without re-purposing unless supported by interface. Additionally, changes made should be reflected in delivered content immediately ? No requirement for client applications except a web-browser and Flash plug-in. No other applications or plug-ins shall be required System Compatibility: Interested vendors should respond via e-mail their capability statement/information to listed point of contacts. The capabilities statement/information should include as a minimum a detailed description of your product and service (including requirements/system compatibility, software and hardware maintenance/modification/upgrade requirements), business size (i.e., small business, large business, small disadvantaged business, etc.), and prices (including annual maintenance and additional services costs). Small Business (SB) Set-Aside Determination: The Government reserves the right to decide whether or not a SB set-aside is appropriate for this acquisition based on responses to this notice. In order for the Government to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capability to successfully perform and manage all the requirements of this magnitude. In the solicitation, the extent to which prime contractors provide for the significant use of small and small disadvantaged business subcontractors will be a consideration in the evaluation of proposals. Points of Contact: Gwen Mayhue, Contract Specialist, Phone 210-652-4259, Email gwen.mayhue@randolph.af.mil, and Myles Rellstab, Contracting Officer, Phone 210-652-6388, Email myles.rellstab@randolph.af.mil. Additional information or updates will be posted at the www.fbo.gov. It is the responsibility of interested parties to check this site regularly for any changes or updates. Place of Performance, United States of America: Contractor's place of business Request responses shall be provided no later than 3:00 pm on September 28, 2006. An electronic response, preferably e-mail is the accepted method. If you have any questions, please no phone calls; instead, send e-mail to Gwen Mayhue and Myles Rellstab so that the questions can be forwarded onto the Technical POC. The questions and answers will then be posted to FEDBIZ OPPS as an attachment to the RFI # AETCCONSBRI Delivery. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-SEP-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 12-JAN-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AETC/SCS/Reference-Number-AETCCONSBRI/listing.html)
 
Place of Performance
Address: Randolph AFR TX
Zip Code: 78150
Country: UNITED STATES
 
Record
SN01211503-F 20070114/070114194040 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.