SOURCES SOUGHT
70 -- wInsight Earned Value Management Tool Suite
- Notice Date
- 9/26/2009
- Notice Type
- Sources Sought
- NAICS
- 334611
— Software Reproducing
- Contracting Office
- ASC/PKEBldg. 16, Rm. 1282275 D StreetWright-Patterson AFB, OH
- ZIP Code
- 00000
- Solicitation Number
- FA8604-09-Q-7536
- Response Due
- 9/29/2009
- Archive Date
- 10/30/2009
- Point of Contact
- Travis McCullough, 937-656-7475
- E-Mail Address
-
travis.mccullough@wpafb.af.mil;
(travis.mccullough@wpafb.af.mil;)
- Small Business Set-Aside
- N/A
- Description
- wInsight Earned Value Management Tool Suite The Air Force intends to award a sole source contract to Deltek, Inc. The purpose of this Sources Sought is to determine if there are any businesses available who are capable of performing the effort described herein. The Air Force Materiel Command at Wright-Patterson AFB, OH is seeking sources to provide: An earned value management tool suite specifically designed to engage technical, schedule, and financial professionals in proactive management of their projects. The models are applicable to a wide range of systems acquired by the United States Government (such as aircraft, engines, armament, avionics, radar, software, simulators, support equipment, etc.). The models perform earned value management calculations and have the ability to be adjusted to specific organizations and technologies. wInsight provides state-of-the-art techniques to quickly locate problem areas, graphically review performance trends, generate statistical estimates at completions, and obtain feedback from team members. wInsight scales from entry level schedule-based earned value system through complete enterprise resource planning (ERP) systems. Data can be viewed in dollars, hours or equivalent persons (EQP). wInsight integrates with a wide range of project management tools including SAP, Microsoft P! roject, Primavera P3/SureTrak, Deltek Open Plan/Cobra, Deltek MPM, and IMC Millennium. For organizations that currently use a variety of these project management tools, wInsight provides a common data base for analysis and reporting on all projects across the enterprise. wInsight is the premier cost performance management tool for Windows and is currently used by leading programs in the United States Air Force, Army, Navy, Department of Energy (DOE), Federal Aviation Administration (FAA), Defense Contract Management Agency (DCMA) and industry to integrate earned value into their management process. wInsight is also being used by the Defense Systems Management College (DSMC) in sophisticated simulations to teach advanced performance management techniques that integrate cost performance data with true schedule status. wInsight is specifically designed to support both Integrated Product Development (IPD) team members and cost/schedule professionals. Its unique user interface ! reduces the time required to conduct cost performance management analysis by as much as twenty times, and integrates true schedule status via C/S Glue, the optional interface to MS Project or Deltek Open Plan. Integrating cost performance data with true schedule status is something no other analysis tool supports, and is an essential component to engage IPD team members in proactive performance management. This is a SOURCES SOUGHT SYNOPSIS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This is in support of market research being conducted by ASC to identify capable potential sources. Contractors responding to this shall submit the following information to: Travis McCullough, email Travis.McCullough@wpafb.af.mil. Response Date: 29 Sep 2009 5:00 p.m. EST either by email (above) or postal Travis McCulloughTravis.McCullough@wpafb.af.mil ASC/PKEIS2275 D Street Bldg. 16 Rm. 128Wright-Patterson AFB, OH 45433Com: (937)656-7475 DSN:986-7475 Required Submittal: Contractors must submit, by the due date listed above, the following: 1.Company Information to include:a.Points of contact, addresses, email addresses, phone numbersb.Identification as a large U.S. business, small U.S. business, or a foreign business. 2.A summary of your related capabilities information based upon the Contractor Requirements required below. It should be brief and concise, yet clearly demonstrate your abilities to meet the stated requirements. Limit responses to a total page limit of 10 pages. Each page shall be formatted for 8 " x 11" size paper. Pages shall be single-spaced and one-sided. The font shall be Times New Roman and no smaller than 10pt with at least a one-inch margin. Covers, tab dividers, title pages, glossaries, and table of contents are not required. Please submit your responses electronically in a Microsoft Word compatible file.3.Address your approach to how equipment would be provided as requested above as well as a total cost to the government quote.4.Provide no more than five contract history matrices for any contract relevant to this effort. (Include information ONLY for work within the last three years) For all current or past contracts deemed relevant, provide the following administrative reference information. (There is no page limit for this requirement.)a.Company/Division Nameb.Program Titlec.Contracting Agencyd.Contract Numbere.(e) A brief description of the contract effort, indicating whether it was development and/or productionf.Type of Contractg.Period of Performanceh.Original Contract $ Value and Current Contract & Valuei.Original Completion Data and Current Completion Datej.Name, address and telephone number of Government Program Director/Manager, Administrative Contracting Officer (ACO) and Procuring Contracting Officer (PCO).5.Organizational Conflict of Interest (OCI): Provide your approach to OCI avoidance, non-disclosure of information and protecting intellectual property and business interests of prime contractors and small businesses. An OCI mitigation plan should be included. This plan does not count towards the page limit.6.Any other information you think we need to evaluate your capabilities. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not reimburse the respondents for any costs associated with their response. This synopsis does not constitute a Request for Proposals nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government reserves the right to contact the submitting parties, on an as required basis, for further clarification on material provided. All responses are due no later than 5:00 PM (EST), 29 Sep 2009. Contractor Experience: AFMC's need for an earned value management tool suite specifically designed to engage technical, schedule, and financial professionals in proactive management of their projects. The models are applicable to a wide range of systems acquired by the United States Government (such as aircraft, engines, armament, avionics, radar, software, simulators, support equipment, etc.). The models perform earned value management calculations and have the ability to be adjusted to specific organizations and technologies. No transition period is available to build a similar cost estimating tool. Address briefly how you/your team will perform this work. Please address in the order listed below: a. Demonstrated capability to provide a computer tool that successfully integrates earned value into the management process for current operations/support of weapon systems to help prioritize decision makers' technology choices to the best value options. b. Demonstrated capability to quickly locate problem areas, graphically review performance trends, generate statistical estimates at completions, scale from entry level schedule-based earned value systems through complete enterprise resource planning (ERP) systems. Capability to view data in dollars, hours or equivalent persons (EQP) and to integrate with a wide range of project management tools including SAP, Microsoft Project, Primavera P3/SureTrak, Deltek Open Plan/Cobra, Deltek MPM, and IMC Millennium. c. Demonstrated capability to support both Integrated Product Development (IPD) team members and cost/schedule professionals and to integrate cost performance data with true schedule status, an essential component to engage IPD team members in proactive performance management. The Government reserves the right to contact additional customers to obtain information that will be used to evaluate the offeror's experience. Contract Details: This acquisition will be open to all type businesses, meeting the Contractor Experience criteria, using commercial buying procedures. Commercial items and non-developmental items are procured under FAR Part 12 procedures. Firm Fixed Price type pricing arrangement will be utilized. NAICS Code is 334611. Size standard is 500 employees. CCR Registration: http://www.ccr.gov/Start.aspx If you are a business interested in doing business with the U.S. Federal Government, you must be registered in CCR. It is advisable to begin registration now. wInsight Earned Value Management Tool Suite For more information on "wInsight Earned Value Management Tool Suite", please refer to:https://pixs.wpafb.af.mil/pixs_solicitation.asp?id=6332
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-09-Q-7536/listing.html)
- Record
- SN01971720-W 20090928/090926233819-191bde2c7494b98f6599dff17db7fada (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 |