SOLICITATION NOTICE
D -- AIR FORCE GLOBAL FORCE MANAGEMENT DATA INITIATIVE
- Notice Date
- 10/19/2009
- Notice Type
- Presolicitation
- Contracting Office
- 201 East Moore DriveMAFB-Gunter Annex, AL 36, AL
- ZIP Code
- 00000
- Solicitation Number
- R2272
- Point of Contact
- Bobby Perry bobby.perry@gunter.af.mil
- E-Mail Address
-
E-mail the POC
(bobby.perry@gunter.af.mil)
- Small Business Set-Aside
- N/A
- Description
- REQUEST for INFORMATION (RFI)Air Force Global Force ManagementData Initiative (AF GFM-DI) UPDATE 16 OCT 09The government is seeking small business contractors that have the ability to provide maintenance and sustainment to support the Air Force GFM DI SIPRNET and NIPRNET organization requirements of Global Force Management Information Exchange Data Model (GFMEIDM) version 3.5, available within the Global Combat Support System (GCSS-AF) infrastructure, and fielded through Defense Information systems Agency (DISA) that is fully developed, fielded, and deployed. This request for information (RFI) is for planning purposes only and shall not be considered as an invitation for bid, request for quote, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this RFI will be treated as information only. No entitlement to payment of direct or indirect cost or charges to the Government will arise as a result of contractor submission of responses to this announcement or the Government's use of such information. This re! quest does not constitute a solicitation for proposal or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information may be used by the 554th ELSG/FCR in developing an acquisition strategy and statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis to this RFI or to pay for the information submitted in response to this RFI. Interested parties should submit a white paper and limit their comments to the areas identified in the "Description of Capabilities" section of this request. Responses to this RFI are not to exceed 10 pages in length. All material submitted in response to this RFI must be unclassified. Responses are to be submitted via email to bobby.perry@af.! mil by 1600 CST on 02 Nov 2009. This is an information gathering effort only and if further procurement is taken, additional publications will be accomplished as required. Respondents will NOT be notified of any review results. This RFI is only seeking to establish the existence of small business with capabilities and interest in providing support. Background In summary, this includes a through description of the Unclassified Organizational Server that makes force structure data available for integration and use by other programs of record that use force structure data, and all the Architectural Views of GFM. Procedurally speaking, the Unclassified Org Server data is passed to the Classified Organizational Servers and augments the classified force structure data that includes the Combatant Commander (COCOM) command relationships used to document the force assignment process. The force structure data includes specifications and authorizations for personnel and equipment as well as unit identification data. Additional pertinent background information for this task is provided at Attachment 1, GFM Capability Development Document and information abounds at the Joint URL https://www.intelink.gov/wiki/Global_Force_Management_Data_Initiative/CCB#Operational_Baseline_v1.1. Technical Specifications, Operational Baselines, Overviews, CONOPS, and Implementation Plans can be found there. 1. System Overview The Air Force Global Force Management Data Initiative (GFM DI), enables Defense Readiness Reporting System/Global Visibility Capability, Adaptive Planning, Defense Integrated Military Human Resource System, and Standard Financial Information Structure to integrate organizational and force structure data across the Department of Defense. The end goal of the GFM DI is to integrate the three force management processes (assignment, allocation and apportionment), and ensure the data is available to meet the needs of all users, systems and functions. This task is the sustainment, maintenance and modification of the current classified and unclassified AF GFM DI that includes implementation of the Global Force Management Information Exchange Data Model, (GFMIEDM), 3.5 changes. The Global Force Management Information Exchange Data Model (GFMIEDM) is the information exchange specification that supports data integration within and among the Services' Organizational Servers (each branc! h of the Service has an Organizational Server), and provides information to external systems. Further, to enable data integration and de-confliction across the Org Servers, and provide utility for applications outside the Org Servers, the tagging of all authorized force structure data with unambiguous, unique identifiers is a necessity. Force Management Identifiers (FMIDS), serve this function for all data within the GFMIEDM, and thus all data within the Org Servers (including organizations, materiel authorizations, personnel authorizations, and relationships and associations between these entities). The GFMIEDM version 3.5 contains 46 different entities that cover the minimum essential force structure data understood as necessary to fulfill Global Force Management. The inter-relational generalized hierarchy of the data specification provides for the unique identification of all GFMIEDM data with a set of FMIDS comprising twelve attributes. Note: GFMIEDM found at the URL h! ttps://www.intelink.gov/wiki/Global_Force_Management_Data_Initiative/CCB#Operational_Baseline_v1.1. 2. Description of Capabilities 2.1 The contractor's ability to perform all system administrator duties necessary to sustain and maintain both the unclassified and classified GFM DI. Database maintenance and upkeep is required for both TeraData and Oracle. The contractor will provide content management, Tivoli Access Management, and error resolution for the currently deployed SIPR version of GFM DI. This includes maintaining the GFM COCOM/Forces For GUI link on the GCSS AF Portal, however the PMO will retain authority to approve/disapprove use based upon individual's need to know and security clearances. The contractor must be able to provide technical analysis and plans for any GCSS-AF Service upgrades necessary for GFM DI to remain functional and satisfy feeder ADS logistics systems and communications requirements. The contractor shall submit Engineering Change Proposals (ECPs) for this requirement as the documentation by which the change is described and suggested. 2.2 The contractor's ability to perform maintenance to include minor bug fixes within the scope of GCSS Data Services, and those normally performed on an annual basis for logistics systems within the same suite of GCSS Data Services. 2.3. The contractor's ability to implement a GFM application robust data management capability to include automated metadata management, data quality metrics and changed data capture using the AF IDQM solution structure. 2.4 The contractor's ability to ensure data consistency between NIPRNET and SIPRNET environments by verifying the transfer of data files from existing authorized data sources, transfer between unclassified and classified databases and success of transfer to the Joint Organizational server on a daily basis Monday - Friday, and as requested after normal duty hours and on weekends. 2.5 The contractor's ability to maintain the latest version of iChart and provide liaison with the Joint Staff (J8) to conduct tests and provide data verification at least bi-monthly. The contractor shall attend via telcon and VTC monthly Organizational Server and Planning Working Group Meetings and produce weekly meeting status reports that include any action items for the Air Force from these meetings. The contractor must be able to use both iChart and the upgraded Tree Viewer tool to conduct testing and validation of AF GFM. 2.6 The contractor's ability to deliver to the GFM PMO (via email) a weekly program management status report to include issues, successes, risks and mitigation plans. The contractor shall participate in program management meetings every week via telecon to ensure cost, schedule and performance targets are met. At a minimum, in this meeting the contractor shall provide updates to the weekly status report and include metrics and any substantial schedule changes. The contractor must be able to use a standard risk tool, compatible with RISK RADAR, to monitor risk and provide risk reports to the PMO, with the first report being due 30 days after contract award. 2.7 The contractor's ability to participate via telecon in the monthly Force Management Integration Project and GFM Policy Integration and Planning (PIPWG) meetings for the purpose of providing technical information relating to GFM DI and the potential interchange of data. 2.8 The contractor's ability to update the registration of services, WSDLs, and related data in the DoD MetaData Registry and the NCES Service Registry at least quarterly as required for GFM DI. This includes the updating of both the classified and unclassified WSDLs as directed by the SAF/XC customer to maintain the interface with the Joint Organizational Server. 2.9 The contractor's ability to provide security accreditation support to maintain the current accreditation. The contractor shall provide security accreditation support for new work added under this task order. This includes updated DoDAF views, and providing data for answering all appropriate questions in the Enterprise Information Technology Data Repository (EITDR) related to design, security, interfaces, and controls. 2.10 The contractor's ability to maintain a development sandbox within GCSS Data services for the purpose of conducting testing as required for system maintenance, bug fixes, and any enhancements added to the system by task orders. This environment must emulate both the unclassified and classified actual system environment. The contractor will be responsible for the update and maintenance of the environment. GCSS-AF Data Services shall be responsible for providing environment infrastructure components and support. 2.11. The contractor's ability to fully participate with the Capabilities Integration Environment, following all procedures outlined in the 554th ELSW System Engineering Process for testing GFM DI and test according to the test practices of the Wing Test Office (WTO) and in conjunction with the WTO. The contractor shall fully comply with the GFM Test Plan. This includes conducting a full Component Validation and Integration test in the Capabilities Integration Environment, Development Zone. The contractor must be able to provide a test client application that will completely support all test cases and will also deliver the latest version of IChart, both for use in verifying data in the testing environments and for Joint Staff Peer Reviews. 2.12 The contractor's ability to provide an Integrated Master Schedule (IMS) that is fully resource loaded and is in complete compliance with the 554th ELSW System Engineering Process. This IMS shall be updated and provided to the PMO monthly to track progress on all tasks both contractor and government. Labor hours will have to be documented and earned value calculated. Within 30 days of task award, the contractor will be required to provide the first delivery of the entire updated Project IMS. 554 ELSW guidelines for producing a schedule are available in the Wing SEP. The URL is http://public.gunter.af.mil/applications/sep/menus/Main.aspx. Further, the contractor will be required to deliver a schedule documenting all planned activities as part of their proposal and including all "System Gates" outlined in the Wing Enterprise Schedule. Examples of "System Gates" include; Preliminary Design Review, Critical Design Review, Test Readiness Reviews, and Field Readiness Revie! ws. 2.13 The contractor's ability to produce all documentation necessary to communicate that the requirements are satisfied, the allocation to component elements in the solution design, and a method for verifying and validating requirements satisfaction. At a minimum, the contractor will be required to develop the following systems engineering documentation: a Software Development Plan, Requirements Specification, Design Specification, Requirements Traceability Matrix (RTM), and Test Plan. 554 ELSW guidelines for producing such documents are available in the Wing SEP. 2.14 The contractor will be required to participate in all Integrated Test Team meetings and provide technical advice and analysis. The contractor must be able to prepare all required briefing slides for the following reviews; Preliminary Design Review, Critical Design Review, Component Validation and Integration Review, Test Readiness Reviews, and Field Readiness Reviews. 2.15 The contactor will be required to participate in all GCSS-AF Outreach meetings and provide artifacts, and technical advice as necessary to move GFM DI though the Inception, Development, and Deployment phases and into full production. This includes providing updates to all required GCSS-AF Work Plans. 2.16 The contractor will be required to participate in all GFM Outreach meetings and provide artifacts, and technical advice as necessary to support the GFM goals of increased adoption in the greater Air Force community. 2.17 The contractor's ability to provide technical analysis and plans for any GCSS-AF Service upgrades necessary for GFM DI to remain functional and satisfy feeder ADS logistics systems and communications requirements. The contractor will be required to submit Engineering Change Proposals (ECPs) for this requirement as the documentation by which the change is described and suggested. 2.18 The contractor's ability to maintain the standard Java 2 Platform Enterprise Edition (J2EE) web application GUI utilized to support user interaction with the COCOM links and provide two updates, modifications for testing screens and demonstration purposes. The contractor will be required to provide a recommended approach for improving the COCOM GUI interface leveraging existing enterprise components (such as the RIA framework). 2.19 The contractor's ability toprovide a Quality Control Plan that satisfied the standards of ISO (International Organization for Standardization) 9126: Information Technology/Software Evaluation - Quality Characteristics and Guidelines for their Use, 1991 and the 554 ELSG Wing SEP. 2.21 The contractor's ability to provide a Software Development Plan. MIL-STD-498 requires the developer to define and apply software management indicators and provide a set of candidate management indicators to serve as a starting point. It is left up to the developer to propose in the Software Development Plan (SDP) the indicators to be used, the data to be collected, and the approach to interpreting the data, and the reporting approach. (Is this a contract for development or sustainment? I thought it was for sustainment only with minor enhancements and fixes.) 2.22 The contractor's ability to provide complete test cases, test scripts, and all documentation necessary for all phases of testing according to the Wing SEP and Wing Test Procedures. 2.23 The contractor will be required to enter all required test data into the Wing Test Tool, Quality Center. 2.24 The contractor will be required to modify the current GFMIEDM to comply with the specifications of the GFMIEDM 3.5. See the GFM URL referenced in the above paragraphs for the web link. 2.25 The contractor will be required to modify the current GFM to use the current Enterprise Data Quality Management Service (EDQMS) framework for GFM 2.26 The contractor will be required to provide analysis and modify the current GFM to implement an MPES long-term automated feed solution 2.27 The contractor will be required to modify the current GFM to implement automated data synchronization. 2.28 The contractor will be required to modify the current GFM Informatica BTEQ conversion to GCSS-AF Data Services Informatica standards 2.29 The contractor will be required to modify the current GFM to COCOM GUI/Forces For conversion to Rich Internet Application (RIA). The contractor will be required to conform to current standards for the Chief of Staff Dashboard, including the use of Adobe Flex as the tool for RIA. 2.30 The contractor will be required to present as a "Dashboarding of GFM". Currently only machine to machine interfaces (web services) are planned for GFM, which means the AF GFM Organization Server lacks the capability to be easily human readable and useable. The is to add a user interface through an upgrade. The current GFM Data Viewer Graphical User Interface that is in use for demonstrations shall be enhanced and formatted to deploy and run on the SIPR Air Force Portal, as a Rich Internet Application. This would give any MAJCOM or authorized user the capabilities to access information in GFM for war planning, war gaming, or OPLAN development. The technical effort consists of executing the following tasks: modify the GFM Data Viewer to display all Force Structure, add user defined searches to the data viewer, build service layer for retrieving authorized, on-hand, and readiness data, extract on-hand weapons data from LIMS data mart, extend GFM extract process to includ! e new on-hand weapons data, modify current GFM SIPR import process to include new on-hand weapons data, create additional data structures on SIPR to contain new on-hand data, build the GFM Dashboard Leadership View for deployable material. In general the "touch and feel" of the GFM Dashboard should mirror the Chief of Staff Dashboard which utilizes the tool Adobe Flex. 2.31 The contractor will be required to deliver a general set of deliverables, e.g. Progress reports, Funding reports, schedules, documents, and documented research, IAW the CDRLs outlined. The contractor shall make delivery of the required software as specified in the IMS. SecurityContractor personnel using unclassified automated information systems, including e-mail, must have at a minimum, a completed favorable National Agency Check (NAC)/Entrance National Agency Check in accordance with DOD 5200.2-R Personnel Security Program, January 1987. The contractor is required to complete the application and apply for a NAC, for any employee not currently having a NAC, upon receipt of a task order where the employee will have access to automated information systems. The contractor will be required to provide NACs for its employees. No contractor personnel will be permitted access to any Government computer system, including E-mail, until the NAC forms have been completed and furnished to the appropriate Government Security Officer. Contractor personnel performing content management and work on the SIPR environment must have a Secret Security Clearance.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/R2272/listing.html)
- Record
- SN01987411-W 20091021/091019234230-eb897ea0aad8ae52a32d16f3ec2a1609 (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 |