Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2009 FBO #2920
SOLICITATION NOTICE

70 -- REQUEST FOR INFORMATION (RFI)

Notice Date
11/20/2009
 
Notice Type
Presolicitation
 
Contracting Office
200 E. Moore Dr., Bldg 888 Ste 1060MAFB-Gunter Annex, Al
 
ZIP Code
00000
 
Solicitation Number
R2290
 
Point of Contact
John Crowell john.crowell@gunter.af.mil
 
E-Mail Address
E-mail the POC
(john.crowell@gunter.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Nuclear Weapons-Related Materiel (NWRM)-PositiveInventory Control (PIC)Intercontinental Ballistic Missile (ICBM), LGM-30GMinuteman III,Product Lifecycle Management (PLM) Team Center (Tc)Phase 2Sources Sought Synopsis/Request For Information (RFI)20 November 2009 The HQ 754th Electronics Systems Group, Product Lifecycle Management (PLM) team has a new requirement supporting NWRM-PIC for the United States Air Force (USAF) and is seeking information for Phase 2. REQUEST FOR INFORMATION (RFI): This is a sources sought synopsis (SSS). No solicitation is available at this time. Requests for solicitation will not receive a response. The Air Force (AF) is seeking potential sources for a single contract vehicle to encompass sustainment as well as further development of PLM to meet NWRM-PIC requirements. This synopsis is for Government information and planning purposes only and does not, by its issuance, restrict the Government to the ultimate acquisition approach. The Government will not reimburse any potential contractor for any cost associated with preparing or submitting a response to this request for information. BACKGROUND: The Air Force is implementing Phase 2 of its Product Lifecycle Management (PLM) solution implemented in TeamCenter (Tc). The PLM system provides tools for program management, configuration management, collaboration, system engineering, test management, and a product data repository. Examples of data managed by PLM include product requirements, performance models, engineering drawings and/or computer aided design generated models, technical orders, bills of material, design or performance deficiencies, operation and maintenance information, process specifications, lessons learned, etc. OVERARCHING REQUIREMENT/ GOAL: The goal of this potential contracting action is to refine customer requirements specifications for AF Tc applications; update Tc configured data flows for engineering technical assistance requests; provide interfaces between Tc and AF legacy programs; update AF parts within Tc data structures based on AF Technical Orders; provide Tc sustainment and helpdesk activities; upgrade Tc version of AF PLM capability; and migrate data from USAF Legacy Illustrated Parts Breakdown (IPBs) into the AF PLM solution to produce weapons-system level product structures. THE CONTRACTOR WILL BE REQUIRED TO: Transform and Import Data into the Tc; Assemble and Provide Work Breakdown Structures; Produce Resource Loaded Integrated Master Schedules; Ensure Products can meet AF IT Lean Security Requirements; Provide DoDAF Architecture v1.5 Products using Provision or AF Compatible Software; Provide Use Cases and Required Functional Requirements Modeling and Work within Licensing Agreements applicable to Siemens Government Services as applicable to Tc; Perform Management Functions using Risk Tools; Perform Configuration and Testing within the Gunter Capabilities Integration Environment (CIE); Conduct AF Required Testing and Deficiency Management; and Provide Sound Systems Engineering Practices to include Configuration Management. REQUIRED PERSONNEL SKILLS: Tc Data Migration; Helpdesk Support to include AF Equipment Specialist and Engineering Specialties as well as TC Product Knowledge; Tc Product Structure; Requirements Refinement; Scheduling; Multiple Function Integration by various contracted entities; Security; DoDAF Architecture; Use Case Development; Contractor Project Management Functions; Tc Testing; Knowledgeable of the CIE Process; Deficiency Reporting; Software Configuration and Development; and Conforms/Complies with 554 Electronic Systems Wing (ELSW) Systems Engineering Process (SEP), as well as PLM environments. PERIOD/PLACE OF PERFORMANCE: Potential award with a base (1 year) and four 1-year option periods is the anticipated period of performance. The place of performance is Maxwell AFB-Gunter Annex in Montgomery, Alabama. The estimated value of this award is $10 million dollars. INSTRUCTIONS FOR RESPONSE:.Submit a ten-page (maximum) paper describing the items listed above. The responses should be formatted as follows:oPage size shall be 8.5 x 11 inches; foldouts are permitted but will be assessed towards total page count. oPages shall be single-spaced. The font shall be Times New Roman and the font size shall be no less than twelve (12) point. Use at least 1-inch margins on the top and bottom and inch side margins. oResponses shall also include information regarding the following: (1) the level of contractor's interest (likelihood of submitting a proposal as a prime contractor), (2) potential teaming arrangement if likely to submit a proposal, (3) what experience the contractor's employees have that are considered relevant to these systems..Also provide the following information:oCompany name and addressoPoint of Contact for questions and/or clarificationoTelephone number, fax number, and email addressoCompany size (i.e. number of employees and annual revenue) CAPABILITIES PACKAGE: Interested parties must submit a capabilities package, with a cover letter, that is brief and concise, yet clearly demonstrates ability to meet the stated requirements with sufficiently qualified personnel. The capabilities package should clearly present evidence that the interested party is fully capable of providing the required services and as such may contain any information that the interested party feels is relevant. All interested, responsible firms must submit their written responses NO LATER THAN 1200 (NOON) CENTRAL STANDARD TIME (CST) ON DECEMBER 4, 2009. The Air Force will not pay for any information, documentation, and/or data submitted in response to this notice. Responses must be E-mailed to Patrick Whelan at patrick.whelan@gunter.af.mil and Capt Michael Biggs at Michael.biggs@gunter.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/R2290/listing.html)
 
Record
SN02008229-W 20091122/091120235552-de76d00901fd3ab5fbc0f2a1f1f2eb0a (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.