Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 19, 2007 FBO #1880
SOLICITATION NOTICE

D -- Software Maintenance (Cadet Modules)

Notice Date
1/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA7000-07-T-0028
 
Response Due
1/26/2007
 
Archive Date
2/10/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items or services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotations (RFQ), solicitation number FA7000-07-T-0028, in accordance with FAR Parts 12 & 13. The USAF Academy, 10th CS/SCXA requirement for SOFTWARE MAINTENANCE (Cadet Modules). Period of Performance is date of award through 30 September 2007. ///////////////////// PERFORMANCE WORK STATEMENT FOR EXISTING SOFTWARE APPLICATIONS MODULES AT THE AIR FORCE ACADEMY Revision 3 Jan 07 follows: /////////////////////////////////////////////////// This document is written in accordance with AFI 63-124, Performance-Based Service Contracts (PBSC). TABLE OF CONTENTS: SECTION 1 ? General Information, SECTION 2 ? Description of Services, SECTION 3 ? Service Delivery Summary, SECTION 4 ? Government Furnished Property and Services. 1. GENERAL INFORMATION 1.1. Project Manager. The service provider shall provide a project manager. The project manager shall be responsible for the performance of the work. The project manager or alternate shall have full authority to act for the service provider on all contract matters relating to daily operation of this contract. 1.2. Service provider experience. The service provider shall have extensive knowledge/understanding of the following programming languages, to include unique hardware devices for the NAF and Cadet Pay System interfaces/formats: Progress version 7, Java/JavaScript, HTML, DHTML, PL/SQL, Zebra Printer Language, Oracle/Oracle Reports, Jakarta, Tomcat, Sun Ray server, Sun Solaris, Symbol bar code, and Zebra networked bar code label printer. The service provider shall have corporate knowledge of the intricacies associated with the unique software applications that are customized for the Air Force Academy that are identified in this PWS. 1.3. Network Security. The service provider shall comply with all computer system and network security procedures required by the Government. 1.4. Quality Assurance Personnel (QAP). The Government will appoint a QAP. The QAP will forward monthly reports (paragraph 2.2.2) from the vendor to the end users for verification of services and feedback of service provider?s performance. 2. DESCRIPTION OF SERVICES. 2.1. Requirement. The service provider shall provide all labor, personnel, materials, supervision, transportation, all documentation, software, code, files, schematics/drawings, database architecture design, etc that support each of the applications listed in paragraph 2.2.a. as necessary to perform maintenance support required. All software documentation (e.g., code and data) remain the property of the U.S. Government. The service provider shall ensure the Government has ownership and accessibility to all developed software code and files associated with the project. 2.2. Support. The service provider shall provide telephone support during normal business hours (M-F 0730-1700). E-mail support shall be provided 24/7 and a technician will be available with a 24-hour notice for support required after normal business hours. The service provider shall respond within 30 minutes upon notification of problems/questions during normal business hours and has two hours to identify a plan for resolution. If the work is not resolved to the end-user?s satisfaction, the service provider shall perform the service again, at no additional cost to the government. The service provider shall supply the Government with a monthly update report on activities and tasks performed the prior month and a list of tasks/goals planned for the next month. 2.2.1. Cadet In-Processing. The service provided shall provide software on-site support for 6 staff days during Cadet In-Processing which occurs in June of each year. 2.2.2. Monthly Reports. The service provider shall provide monthly written reports on activities and tasks performed. The reports shall include at a minimum: service provider names, number of hours worked on each task, completed tasks, problems encountered with recommended solutions, list of completed deliverables, and a list of tasks/goals planned for the next month. 2.3. Application Modules. The software application modules in paragraph 2.3.1, 2.3.2 and 2.3.3 are scheduled to be migrated into Cadet Administrative Management Information System (CAMIS) by July 2007. The service provider shall participate in CAMIS Modernization software lifecycle activities (i.e. engage in discussions, reviews, and provide comments/clarifications to review minutes, attend informal information gathering meetings) to include: requirements gathering by the CAMIS Modernization service provider, configuration control board meetings, requirements reviews, preliminary design reviews and testing. Any modifications to these applications before CAMIS Modernization implementation will be coordinated with the CAMIS Modernization service provider before hand and shall follow the CAMIS standards. 2.3.1. Inventory Management System/Flight Issue/Summer Programs (IMS/IEU). IMS/EIU is a web-based database used to maintain and track of uniforms and flight gear, etc. issued to the cadets as well as consumption of inventory and accountability. These transactions are then downloaded to the Accounting Liaison Office and the cadet is charged for the items. There are approximately 30 thin client terminals used to access the IMS database, in addition to desktop workstations (will be migrated into CAMIS by July 2007). 2.3.2. Rifle/Armory. This web-based software application module tracks cadet issue/return of rifles for the academic year. The application also helps to maintain an accurate inventory of all issued rifles, to include the cadet the rifle was issued to, how many rifles are in for repair, and how many rifles are still in the armory (will be migrated into CAMIS by July 2007). 2.3.3. Tailor Shop & Shoulder Boards Support System (TASS). This database creates a cadet account by name and social security number and stores the cadet?s measurements. Once the garment sizes are imported into the system the cadet?s uniform is ready for alterations. A bar code is attached to each alteration tag thus allowing the Tailor Shop to track the location of each garment until it is turned over to the cadet. This program will also allow the Tailor Shop to query the system to see who has not showed up for a fitting or clothing issue (will be migrated into CAMIS by July 2007). 2.3.4. Key Control Asset Tracking. This program is used to maintain better accountability of over 25,000 keys. It prevents issuing keys to opposite genders, overbooking a room; it produces a variety of reports i.e., number of rooms per squadron, number of occupants per squadron, number of occupants per rooms, number of lost keys per squadron, etc. It is also used (as required) to charge cadet accounts for replacing lost keys. 2.3.5. NAF - Rental/ITT (Point of Sale (POS) and Event Scheduling) ORC/Ski. This POS application has serialized inventory control and packaging. It allows separation of NAF and Appropriated funds for inventory purposes. The ski rental component provides DIN setting for ski bindings and allows for unlimited package pricing options and seasonal rentals. It also accounts for other items sold such as lift tickets and hunting licenses. This system has output formats for AF Form 1875a, NAF Individual Cashier?s Report, and AF Form 1876, NAF Consolidated Cost Center Report. The ITT system allows reservations for trips, tours, rental properties and other offerings. It also tracks commissions and accounts for deposits and all required AF Forms. Outdoor Recreation Center was written many years ago in Progress Version 7 and is no longer supported by the manufacturer. 2.3.6. NAF - Cadet Entertainment. A web-based POS application used by the ticket office to sell tickets for coming attractions at Arnold Hall (i.e., Cadet Bluebard productions, Air Force Band of the Rockies concerts, rock concerts, comedians and Broadway Performances). It also records all funds received from ticket sales. 2.3.7. NAF - Package Management and POS (UPS, Gift). With the UPS system they are able to log in packages delivered to cadets, by their Post Office Box numbers. The system sends out an automatic e-mail to notify the cadet that he/she has a package to pickup. If the cadet doesn?t pickup his/her package within a certain amount of time a 2nd and 3rd notice are sent out. The package is logged out of the program when the cadet picks up the package. 3. SERVICE DELIVERY SUMMARY Table 3.1 Performance Objective 1: Plan for resolution within two hours. PWS SECTION: para 2.2. Performance Threshold Minimum of one complaint Performance Objective 2: End user will advise Cadet Wing Support Division of any problem/question and this office will notify service provider if this office cannot fix the problem without service provider help. Service provider will respond within 30 minutes after notification. PWS SECTION: para 2.2. Performance Threshold Every call or e-mail notification during normal business hours. Performance Objective 3: The service provider shall provide monthly written reports on activities and tasks performed. The reports shall include at a minimum: service provider names, number of hours worked on each task, completed tasks, problems encountered with recommended solutions, list of completed deliverables, and a list of tasks/goals planned for the next month. PWS SECTION: para 2.2.2. Performance Threshold Monthly report due 1st day of the new month by noon 4. GOVERNMENT FURNISHED PROPERTY AND SERVICES 4.1. Access. Software applications shall be loaded on servers located in Fairchild Hall, Air Force Academy. Remote access to the servers will be provided to the service provider during the period of this contract. If remote access is unavailable through no fault of the service provider then arrangements will be made to provide alternate means of support with response time commitments and requirements to be determined during the access outage. The service provider will contact the 10 Communications Squadron help desk (333-HELP) for network support. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-14. The North American Industrial Classification System (NAICS) number is 541511 (Custom Computer Programing Services) and the business size standard is $23,500,000.00. The proposed acquisition is reserved for 100% Small Business. Other Small Business categories such as 8(a), Hub Zone, Service Disabled Veteran Owned Small Business, Women Owned and Veteran Owned Small Businesses are encouraged to submit quotes. The FOB for this RFQ is Destination. Quotations received with other than FOB Destination pricing will not be considered. The Government will award a purchase order from this solicitation to the responsible offeror whose lowest price and technically acceptable quote conforms to the solicitation. Quotations received will be evaluated on an all or nothing basis. Only technically acceptable offers will be considered. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with all requirements, that offer will not be technically acceptable. In your email or fax quote, please provide quote price; Tax ID #; Cage Code and DUNS #. Additionally, your company must be registered in the CCR System as well as registered and completed your online Reps and Certs at the following website: http://orca.bpn.gov/publicsearch.aspx. This acquisition must comply with the Buy America Act and, as such, a Buy America Act Certification will be provided for your completion and signature. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items. The clause 52.212-4, Contract Terms and Conditions--Commercial Items, with the following addenda applies to this acquisition. Addendum to 52.212-4, 52.247-34 FOB Destination (Nov 1991). The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: (b) 14, 15, 16, 17, 18, 19, 20, and 31. DFARS 252.212-7001, Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (Nov 2001), applies to this acquisition with the inclusion of the following: 252.225-7001, and Buy American Act and Balance of Payments Program, 252.232-7003, Electronic submissions of Invoices. The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Quotes must be received NLT 4:00PM MST, Friday January 26, 2007, by e-mail at patrick.moore@USAFA.af.mil or FAX to: Patrick Moore, 719-333-9103. Quotations received after this date and time will be considered late and will not be evaluated. Thank you for you interest in providing excellent products to the USAF Academy 10th CS/SCXA.
 
Place of Performance
Address: FAIRCHILD HALL, UNITED STATES AIR FORCE ACADEMY (USAFA), COLORADO,
Zip Code: 80840
Country: UNITED STATES
 
Record
SN01212819-W 20070119/070117220857 (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.