Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2007 FBO #1910
SOURCES SOUGHT

D -- RFI - - KSC WORK MANAGEMENT SYSTEM

Notice Date
2/16/2007
 
Notice Type
Sources Sought
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
07-0216-001
 
Response Due
3/2/2007
 
Archive Date
2/16/2008
 
Small Business Set-Aside
N/A
 
Description
NASA, Kennedy Space Center (KSC) is requesting industry to provide questions and comments on the work control approach described below. The questions/comments received as a result of this Request for Information (RFI) will be considered when formulating the final Request for Proposals (RFPs) for the future KSC institutional contracts, so industry input is highly encouraged. This approach would not replace all or preclude the use of other mandatory information management systems specified in any solicitation. The Government is considering providing a single Maximo Asset and Service Management System for use by the future KSC institutional contractors to schedule/manage work, manage Government-owned assets, and document maintenance on assets through their life cycle. Contractors will be expected to utilize the system to, among other things, coordinate work with each other to ensure a seamless work environment, facilitate communication with customers, compile and organize maintenance history, and provide government access to all data on a routine basis. The Government anticipates that use of this government provided system will result in the reduction of the number and types of hardware and software on the Center, reduce the duplication of skills, improve IT security, and facilitate HSPD-12 compliance. The Contractor?s work management data, such as work order tracking, intrinsic facility/system information, work description, crew requirements/assignments, schedule requirements/info and historic data would reside in a single database. However, data would be segregated into contract-specific areas and through access permissions, these data would be protected from unauthorized access. Each contractor?s area would be designed/tailored to their specific workflows, reports, and screen views. The Government intends to have the proposed system operational for the user contract transition periods. At RFP release, the Government intends to provide a snapshot of the legacy data identified. It is the Government?s intention to ensure that each contractor?s workflow processes remain isolated from other contractors view. To date, has not been decided if the Government approach would have a separate contractor operate, maintain, and sustain the Maximo hardware and software, or if it would be a requirement in the Information Management and Communications Support Contract. The Government will establish defined service level agreements with the Maximo provider to ensure the availability of the system. Specifically, the Government would like comments on: ?What issues or concerns industry has with the Government furnishing the work control / asset management system? ?What issues or concerns industry has with data residing on shared resources? ?What issues or concerns industry has with Maximo operations, maintenance, and sustaining service being provided by a company other than their own? ?What Maximo enterprise extensions would be most useful for the Government to provide? ?How much time does the Government need to provide the Contractor for workflow, report, and screen design prior to full contract performance start? ?What information relative to Maximo implementation would industry like to see in the bidder?s library? ?Please provide any other thoughts on this issue. DISCLAIMERS AND IMPORTANT NOTES This preliminary information is being made available for planning purposes only, subject to FAR Clause 52.215-3, entitled ?Solicitation for Information and Planning Purposes.? It does not constitute a Request for Proposal (RFP), Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. All information contained in this RFI is preliminary as well as subject to modification and is in no way binding on the Government. The requested responses are for information and planning purposes only. There will not be a formal posting of answers/responses to these questions and comments, but any changes they drive will appear in the draft RFPs. NASA KSC does not intend to acknowlede receipt of comments, or provide feedback to respondents with respect to any information submitted under this RFI. If the Government feels there is a need to discuss certain comments that are submitted, the Government may contact some or all respondents concerning those comments. NASA KSC may release any and all data received in response to the RFI and reserves the right to release this information to all interested parties if the need arises. Data/information with limited or restricted rights is not solicited. The Government requests that you submit your comments by March 2, 2007. Advance notification of intent to submit a response to this RFI is requested via email by February 23, 2007 to Sean D. Howe, Contracting Officer. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in the FedBizOpps and on the NASA Acquisition Internet Service (NAIS). It is the potential offeror?s responsibility to monitor these sites for the release of any solicitation or synopsis. Reference Synopsis KSC's "Institutional Base Support Restructure" (07-0213-001), which can be found at http://prod.nais.nasa.gov/cgi-bin/eps/synopsis.cgi?acqid=123607
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76#123642)
 
Record
SN01234278-W 20070218/070216223455 (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.