Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2007 FBO #2028
SOURCES SOUGHT

R -- READINESS BASED LEVELING SERVICES

Notice Date
6/14/2007
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
RBLSOURCESSOUGHT12345
 
Response Due
6/28/2007
 
Archive Date
7/13/2007
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOURCES SOUGHT SYNOPSIS ANNOUNCEMENT; A MARKET SURVEY FOR INFORMATION ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS. THE PURPOSE OF THIS SYNOPSIS IS TO GAIN KNOWLEDGE OF POTENTIALLY QUALIFIED SOURCES AND THEIR SIZE CLASSIFICATION (SMALL BUSINESS, LARGE BUSINESS, ETC). PLEASE DO NOT REQUEST A COPY OF SOLICITIATION, AS ONE DOES NOT EXIST. The Government is seeking, for preliminary planning purposes only, qualified and experienced sources interested in performing the services identified in the attached draft Statement of Work (SOW). The SOW represents a broad snap shot of the requirements for market research. Therefore, the Government is requesting that interested concerns furnish the following information: (1) Company name, address, point of contact, telephone number and e-mail address. (2) Type of business, i.e. small, small disadvantaged, woman-owned HubZone, service-disable veteran-owned small business, 8(a), large business, etc., under North American Industry Classification System (NAICS) 541513, which contain a size standard of $23,000,000.00. (3) Under which NAICS does your company usually perform all the services identified in the attached draft SOW? Please include the rational for your answer. (4) Provide no more than three (3) references for no more than three (3) of the most recent and relevant contracts performed within the last three (3) years. Include name, address, telephone number and e-mail address of references. Also, provide a brief description of the work performed, contract number, total contract value and period of performance. Contracts must be the same or similar to the work described in the SOW. Please include reasons for your answer. (5) Describe any customary commercial contract terms or conditions you feel would make any resulting contract more effective. (6) Provide written capabilities of your abilities to perform the work described in the Performance Work Statement (PWS) at Attachment 1. (7) Provide detailed responses to the questions at Attachment 2 . (8) Include copies of all applicable licenses relative to fulfilling the scope of this SOW. E-mail responses to this request for information are preferred and should be sent to kay.bent@maxwell.af.mil. All questions must be submitted in writing and forwarded to the aforementioned point of contact. Ms. Bent can be reached at (334) 953-4209. Mailed responses should be submitted to the attention of Ms. Kay Bent, 42d CONS, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, AL 36112-6334. The due date and time for responses to this synopsis is 12:00 noon, Central Standard Time on 28 Jun 2007. END OF REQUEST FOR INFORMATION. ATTACHMENT 1: ?DRAFT? PERFORMANCE WORK STATEMENT (PWS)For Air Force Requirements Team Modeling for the Air Force Logistics Management Agency Air Force Logistics Management Agency 501 Ward Street Maxwell AFB, Gunter Annex, Alabama 36114-3236 1. DESCRIPTION OF SERVICES Background Among the research and logistics studies the Air Force Logistics Management Agency (AFLMA) performs, it also supports programming, modeling and performs many recurring technical tasks for the AF Requirements Team (AFRT). These tasks are very important to the accuracy and effectiveness of Air Force peacetime and contingency requirements and levels. One such task is to process, maintain, and validate changes to the Readiness Based Leveling (RBL) model program. RBL is an Air Force centralized stock leveling methodology used to minimize expected base-level back orders. RBL was implemented in 1997 and is used to determine when and where to stock assets for the highest value to the Air Force as a whole, rather than optimizing levels at particular bases or locations. Objectives The objective of this Performance Work Statement (PWS) shall be to obtain the necessary contractor support to perform programming, modeling and recurring technical tasks for the Air Force Requirements Team (AFRT). The RBL model program code is a METRIC (Multi-Echelon Technique for Recoverable Item Control)-based model written in FORTRAN (Formula Translation). It is complex and requires experienced FORTRAN programmers to understand and make changes to it. There are specific inputs from Air Force supply systems that are used in the model: D200A Requirements file, SBSS (Standard Base Supply System), and D035E Adjusted Stock Level (ASL) Database. The model provides an output of wholesale (such as depot) and retail (such as base) demand levels. The contractor should also be experienced with project research, both as research lead and as a research team member. Research is necessary to identify known and potential problems affecting item levels, and to develop and recommend possible solutions. It is used to make decisions relating to changes in RBL. The research should be rigorous enough to meet standards established for peer-reviewed studies. Therefore relevant skills and experience required to provide this service are in-depth knowledge and recent experience with SBSS, recent experience in FORTRAN coding, knowledge of multi-echelon/tiered inventory modeling, recent experience with supply system modeling, and recent experience with project research. The Air Force needs technical support to maintain the RBL program code, to run recurring RBL review and analysis tasks, to assist in the annual validation of Contingency High Priority Mission Support Kits (CHPMSK), and to assist the AFLMA in analysis efforts to improve RBL and supply chain process. Scope The contractor shall provide support to process, maintain, and validate changes to the RBL model FORTRAN (Formula Translation) program. Although the AF is ultimately responsible for the accuracy of the RBL code, the contractor shall perform and document validation and verification of all changes to the RBL code. Verification of code changes shall be made by individuals separate from those making the coding changes. If code changes are accomplished and validated by the contractor, the results of the validation and testing shall be provided to the government, through either the AFLMA or Headquarters Air Force Materiel Command (HQ AFMC) for review and approval before the code becomes operational. In support of the AFLMA and the AFRT mission, the contractor shall assist in analysis efforts to improve RBL, verify RBL is running properly (quarterly RBL run validation) and validate CHPMSKs. 1.1 RBL Support 1.1.1. The contractor shall verify and validate RBL code changes to accommodate process and policy changes as described in AFMAN 23-100 or needed to assist the AF with analysis efforts. 1.1.2. In support of the AFLMA and the AFRT, the contractor shall assist in analysis efforts to improve RBL, verify RBL is running properly (quarterly RBL run validation) and validate CHPMSKs. 1.1.3. The contractor shall work with the AFLMA and HQ AFMC Supply Management Division (AFMC/LGYR), to provide RBL analysis support. The contractor shall modify the code to analyze alternative ways for the AF to allocate levels for AF and contractor-managed items. Analysis efforts will include setting levels for CHPMSKs and normalizing kits on an as-required basis. On occasion an urgent CHPMSKs analysis may need to be accomplished with a turnaround in as little as 24 hours. The contractor shall document their analysis efforts. 1.1.4. The contractor shall the development, testing and operation of applications using the Air Force Logistics Studies Workshop (AFLSW) located at the AFLMA. There are several current applications of the AFLSW, including the Issue/Stockage Effectiveness tool, the 7SC quarterly transaction, and the Weapon System Support Program (WSSP). The contractor shall assist the AFLMA in developing new applications as they arise and running current applications on a recurring basis. 1.1.5. The contractor shall perform quarterly reconciliations of requisition, essentiality, and application data between legacy retail and wholesale supply systems operated by the Air Force and the Defense Logistics Agency. 1.1.6. The contractor shall attend AFRT and related meetings and other working level meetings convened by the AFLMA, AFMC/LGYR, or Headquarters Air Force Supply Chain Management (HQ AF/A4RM) in pursuit of these analysis efforts. 1.1.7. The contractor shall perform transition to sustainment analyses. This entails running RBL normally (without existing CHPMSKs and maximum levels) and communicating these results with the affected bases and Major Commands (MAJCOMs) for potential adjustment to CHPMSK levels. 1.1.8. The contractor shall perform project research, both as the research lead and as a research team member. Research is necessary to identify known and potential problems affecting item levels, and to develop and recommend possible solutions. Studies may be assigned by the AFLMA, AFRT, or developed by the contractor. The AFLMA must approve contractor-developed studies prior to the contractor starting the research. The research should be rigorous enough to meet standards established for peer-reviewed studies. The research results should be captured in technical papers/reports and research project reports. Some studies may be published in the Air Force Journal of Logistics. At a minimum the contractor shall complete four studies annually. 1.3 General Information 1.3.1 Deliverables/Delivery Schedule: Contractor format is acceptable for all deliverables, except AFLMA technical reports co-authored or supported by the contractor?s representatives, which shall be AFLMA directed format. All deliverables shall include on the cover or first page: Contractor Name, Contract Number, Order Number (Block 4 on Contract), Study Title, and Deliverable Number. For any rejected delivery, correction shall be accomplished within 15 calendar days. Written status reports shall be submitted quarterly. An electronic copy of all final written deliverables shall be sent to the Quality Assurance Program (QAP) monitor by email in Microsoft Office compatible formats. The contract #, Project title, and Deliverable Number shall be in the email body. A cover letter only of draft reports shall be provided electronically to the QAP. Do not provide hard copies to the QAP. Copies of all reports shall be provided to the Program Manager at the AFLMA, 1 hard copy and electronically by email. The contractor shall perform the following: 1. Prepare memoranda to document RBL code validation. 2. Serve on project teams and co-author AFLMA technical reports . 3. Prepare memorandum describing the results of initial and annual review of CHPMSKs which can be included as part of an annual AFLMA Consulting Project Report. 4. Prepare memorandum describing the results of the review and verification of the quarterly RBL process. 5. Prepare memorandum describing AFLMA AFLSW application development and operation. 6. Document the results of quarterly supply system database reconciliations in the annual AFLMA Consulting Project Report. 1.3.2 Place of Performance/Travel/Other Direct Costs The work shall primarily be accomplished at the contractor site and government facilities in Washington DC, Montgomery, AL, and Dayton, OH. The AFLMA shall establish travel requirements. The contractor?s representatives performing work under this contract may be required to attend meetings and conduct research in Montgomery, Alabama and other locations. Local travel (20 mile radius around Gunter Annex) shall be considered a cost of doing business and shall not be separately reimbursed. Non-local travel shall be reimbursed at per diem and travel rates that shall not exceed the amount authorized in the Joint Travel Regulations (JTR). Airfare shall be the prevailing rates for commercial airlines at business class. When required, the most reasonable means of ground transportation (i.e., taxi, bus, train, and/or car rental) shall also be used. All travel costs shall be reimbursed on actual costs only. The travel costs shall not be burdened with fee or profit. 1.3.3. Hours of Operation. The contractor shall perform the services required under this contract during normal duty hours, which is at this time is 0730-1630 CST or CDT (whichever is in effect) Monday through Friday, except for federal holidays. However, certain events may require services beyond the normal duty hours. If either flextime or a compressed work schedule is in effect, work shall correspond with Government personnel duty hours. 1.3.4. Holidays. DELETED DUE TO SPACING ON FEDBIZOPS WILL BE PROVIDED UPON REQUEST. 1.3.6. Invoice Procedure. Wide Area Work Flow (WAWF) is an automated system that allows vendors to submit invoices and receiving reports electronically; and the government to inspect, accept, receive, and pay them electronically. We cannot make awards to vendors who are not registered in WAWF. Please ensure that you are registered for electronic invoicing. Information regarding registration can be found at the following web site: https://wawf.eb.mil/ 1.3.7. Data Rights (Applies to all tasks) All products resulting from this contract shall be the property of the Government with unlimited rights. 1.4. Security 1.4.1. Security Facility Clearance Requirements. The contractor must possess or obtain an appropriate facility security clearance (Top Secret, Secret, or Confidential) prior to performing work on a classified government contract. If the contractor does not possess a facility clearance the government will request one. The contractor shall notify the Information Security Program Manager (ISPM) at each operating location 30 days before on-base performance of the service. The notification shall include: a. Name, address, and telephone number of company representatives. b. The contract number and contracting agency. c. The highest level of classified information which contractor employees require access to. d. The location(s) of service performance and future performance, if known. e. The date service performance begins. f. Any change to information previously provided under this paragraph. 1.4.2. Personnel Security Clearance Requirements. Personnel will require a (Top Secret, or Secret) security clearance to perform this contract. The government assumes costs and conducts security investigations for Top Secret, Secret, and Confidential security clearances. The contractor shall request security clearances for personnel requiring access to classified information within 15 days after receiving a facility clearance or, if the contractor is already cleared, within 15 after service award. Due to costs involved with security investigations, requests for contractor security clearances shall be kept to an absolute minimum necessary to perform service requirements. 1.4.3. Suitability Investigations. Contractor personnel shall successfully complete, as a minimum, a National Agency Check (NAC), before operating government furnished computer workstations or systems that have access to Air Force e-mail systems. The government at no additional cost to the contractor shall submit these investigations. The contractor shall comply with the DoD 5200.2-R, Personnel Security Program, and AFI 33-119, Electronic Mail (E-Mail) Management and Use, requirements. ITEMS 1.4.4 VISIT REQUEST - 1.4.25 HEALTHCARE WAS DELETED DUE TO LIMITED SPACE ON FEDBIZOPS. INFORMATION WILL BE PROVIDED UPON REQUEST. 2.0 SERVICE SUMMARY Performance Objective PWS Paragraph Performance Threshold Verify and validate RBL code changes to accommodate process and policy changes directed by the AF or needed to assist the AF with analysis efforts. Para 1.1.1 Validate code changes comply with policy as described in AFMAN 23-110. Changes are accepted by AFLMA or AFMC prior to code becoming operational. Perform quarterly analyses related to RBL and assist in the validation of the quarterly RBL process and CHPMSKs. Para 1.1.2 Meets the quarterly suspense dates. Analysis due within 5 duty days. Make RBL model runs to review and setting levels for Contingency High Priority Mission Kits (CHPMSK). Para 1.1.3 Meets tasked requirements within 1-2 working days 90% of the time, with none over 5 duty days. Develop (including new applications), sustainment and operation of functional applications using the AFLSW. Para 1.1.4 Meets customer?s requirements in a mutually agreed upon established time frame. Perform quarterly reconciliation of data between legacy retail and wholesale requisition systems. Para 1.1.5 Meets mutually agreed upon established suspense dates. Perform as a research team member and/or serve as reseach lead on projects related to RBL as directed by AFLMA. Para 1.1.8 Completes a minimum of four studies annually as directed by AFLMA. Meets mutually agreed upon established suspense dates. 3.0 GOVERNMENT FURNISHED PROPERTY AND SERVICES The government shall provide the contractor with access to local information processing facilities during trips to develop, produce, and reproduce materials essential to the task. The government shall also provide the contractor with access to all relevant government systems, information, and documentation related to the execution of this contract . 4.0 APPENDICIES Appendix A Deliverables Appendix B Forms and Publications Appendix A DELIVERABLES TABLE # TASK & PARA # TITLE FINAL DUE 1 Para 1.3.1 Quarterly Status Report 3, 6, 9 and 12 months after contract Award 2 Para 1.3.1.1 Memorandum: Code Validation As mutually agreed to?input in Quarterly Status Report 3 Para 1.3.1.2 Technical Reports Date established in AFLMA Project Plan 4 Para 1.3.1.3 Memorandum: CHPMSK Review Results As mutually agreed to?input in Quarterly Status Report 5 Para 1.3.1.5 Memorandum: AFLSW Application Development and Operation As mutually agreed to?input in Quarterly Status Report 6 Para 1.3.1.6 Memorandum: Supply System Database Reconciliations Document in annual AFLMA Consulting Project Report Appendix B Publications and Forms Publications and forms applicable to this Performance Work Statement (PWS) are listed below. The government has coded publications as mandatory (M) or advisory (A). The contractor shall follow those publications coded as mandatory to the extent (that is, the specific procedure in a paragraph, section, chapter or volume) specified in the PWS. The contractor shall be guided by those coded advisory to the extent necessary to meet requirements in this PWS. At the start of the contract, the government will provide access to the web site for all publications and forms listed. The government may issue supplements or amendments to listed publications from any organizational level during the life of the contract. It is the responsibility to use the most current version of all publications. The contractor shall immediately implement those changes in publications that result in a decrease or no change in the contract price. Before implementing any such revision, supplement, or amendment that will result in an increase in contract price, the contractor shall submit to the Contracting Officer (CO) a price proposal for approval. Price proposals shall be submitted within 30 calendar days from the date the contractor receives notice of the revision, supplement, or amendment giving rise to the increase in cost of performance. The government will consider changes in the contract price due to supplements and amendments shall be considered under the FAR 52.212-4 "Contract Terms and Conditions-Commercial Items" clause. The government will continue to supply the government forms needed for daily operations. Upon completion of the contract, the contractor shall return to the government all issued publications and unused forms. Number Title Mandatory/Advisory PUBLICATIONS AFI 10-1101 Operations Security (OPSEC) Instructions M AFMAN 23-110 USAF Supply Manual M AFI 31-101, Vol 1 Air Force Installation Security Program M AFI 31-204 Air Force Motor Vehicle Traffic Supervisor M AFI 31-401 Information Security Program Management M AFI 31-501 Personnel Security Program Management M AFI 33-119 Electronic Mail (E-Mail) Management and Use M AFI 33-202 Computer Security M AFI 33-203 Emission Security (EMSEC) Program M AFI 33-204 Information Protection Security Awareness, Training and Education (SATE) Program M AFI 33-332 Air Force Privacy Act Program M AFI 36-3026 Identification Cards for Members of the Uniformed Services, their Family Members, and Other Eligible Personnel M AFI 37-138 Records Disposition ? Procedures and Responsibilities M AFI 71-101, Vol I Criminal Investigations M AFI 71-101, Vol II Protective Service Matters M AETCI 36-3001 Issue and Control of AETC Civilian Identification (ID) Cards M AFMAN 37-139 Disposition of Records ? Standards M DoD 5200.1-R Information Security Program M DoD 5200.2-R Personnel Security Program M DoD 5400.7-R Freedom of Information Act Program M FORMS AF Form 75, Visitor/Vehicle Pass M AF Form 1199 USAF Restricted Area Badge M AF Form 2219 Registered Vehicle Expiration Tab M AETC Form 58 Civilian Identification Card M DD Form 577 Signature Card M DD Form 1172 Application for Uniform Services Identification Card M ATTACHMENT 2: Questions from Air Force Logistics Management Agency (AFLMA): 1. When did you last access SBSS and in what capacity? 2. What experience do you have running non-standard reports in SBSS? 3. Have you worked with the D035 and/or D200A? If so, in what capacity? When? 4. Have you written code in FORTRAN within a year? If so, was it to maintain an older program or a new program for an older/legacy system? Please describe the scope of your work. 5. What experience do you have with supply process modeling? When and to what extent was your last modeling project/experience? 6. Are you familiar with Readiness Based Leveling? What experience do you have with the RBL policy and process? 7. What type of operational research background does your company have? Are you familiar with mathematical optimization models like METRIC, mod-METRIC and Vari-Metric? 8. Does your company have statistical and forecasting expertise and experience? What statistical inventory techniques do you use or have you developed? 9. What expertise and experience do you have in writing, validating, and verifying FORTRAN code? 10. What level of experience do you have with SBSS data base structure? What experience do you have with the SBSS transactions for RBL and adjusted stock levels? 11. What level of experience do you have with the depot retail supply system (D035K)? 12. Are you familiar with the distinct leveling policies for non-airborne items, communication-electronics items, numerical stockage objective items, and AMC Forward Supply System items? 13. Do you have any experience in documenting software requirements and user procedures? Have you written documentation for AFM 23-110? 14. What experience do you have in and analysis and research of AF supply chain processes and policy, both wholesale and retail? 15. Do you have experience in project management? How many supply analysis technical reports have you published? 16. Do you understand the concept of Contingency High Priority Mission support Kits (CHPMSK) and how they affect worldwide support? 17. Do you experience with DAAS and the transmission of transactions between bases and depots?
 
Place of Performance
Address: Air Force Logistics Management Agency (AFLMA), 501 Ward Street, Maxwell AFB, Gunter Annex, Alabama
Zip Code: 36114-3236
Country: UNITED STATES
 
Record
SN01318887-W 20070616/070614220857 (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.