Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2010 FBO #2982
SOLICITATION NOTICE

D -- LOGISTICS FEASIBILITY ANALYSIS CAPABILITY (LOGFAC) SYSTEM

Notice Date
1/21/2010
 
Notice Type
Presolicitation
 
Contracting Office
201 E. Moore DriveMaxwell AFB-Gunter AnnexMontgomery, AL
 
ZIP Code
00000
 
Solicitation Number
R2323
 
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)Logistics Feasibility Analysis Capability (LOGFAC) System The government is seeking small business contractors that have the ability to provide software development/enhancements, and sustainment for the LOGFAC applications programs. 1. BackgroundThe mission of HQ 554 ELSG Force Readiness (554 ELSG/FC) is to Develop, Field, and Sustain Warfighter Operational C2 and Combat Support Information Systems in the areas of: Air Force War Planning & Execution, Deployment Readiness, Logistics Planning and Management, and Organization/Force Structure Mgt. Activities include needs analysis, requirement definition, coordination of design, code and unit testing, integration testing, functional testing, implementation, and follow-on customer support. 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 request 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/FCD 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 inf! ormation 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@gunter.af.mil by 1600 CST on 11 Feb 2010. This is an information gathering effort only. 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. 2. System OverviewLOGFAC resides on Global Combat Support System (GCSS-AF) infrastructure and supports logistics/operational planning staffs at the HQ Air Staff, MAJCOM and Unit levels by determining wartime consumables and pre-positioning of AF assets for deliberate planning based on the War Mobilization Plan, Volume 4 (WMP-4). In this capacity, DCAPES-LOGFAC:.Supports the development/maintenance of OPLAN Wartime Aircraft Activity (WAA).Supports force feasibility/capability assessments and War Reserve Materiel asset visibility.Projects sustainment requirements; what-if functions to determine shortfalls and associated costs.Produces the munitions and non-munitions War Consumable Distribution Objection (WCDO).Generates assessments based on inventory data received from the Combat Ammunition System (CAS), the Defense Fuel Supply Center (DFSC) and the standard Base Supply System (SBSS).Virtual Munitions Build - utilizing WCDO or Contingency requirements to answer the "what if" questions. Attempts to build munitions end items based on component availability by base or theater of operation.Receive and distribute theater munitions requirements from the Non-nuclear Consumables Annual Analysis (NCAA) system based on OPLAN Wartime Aircraft Activity (WAA).Receive and distribute theater munitions allocations received from the Agile Munitions Support Tool (AMST) system.Send munitions category "F" requirements calculated by LOGFAC to the Requirement Management System (RMS) Currently, LOGFAC resides on the Global Command and Control System (GCCS) Infrastructure and uses Department of Defense (DoD) defined approaches of evolutionary acquisition and spiral development. However, LOGFAC will migrate and reside as a capability module within the GCCS-AF Strategic Server Enclave (SSE) baseline along with DCAPES. LOGFAC operates in a classified, shared data environment on the SECRET Internet Protocol Router Network (SIPRNET) accessible via a web browser. 3. Description of Capabilities 1. The contractor's ability to perform system administrator duties necessary to sustain and maintain as well as provide content management and error resolution for both the classified and unclassified LOGFAC system servers. This includes the capability to isolate and resolve complex hardware and software problems involving the application, operating system, hardware or communications infrastructure. NOTE: Prior to LOGFAC 2.0 being fielded on GCCS-AF SSE, delineation of system administration responsibilities will be clarified, but will not exceed current duties.2.The contractor's ability to provide technical analysis and plans for any GCCS-AF Strategic Server Enclave (SSE) Service upgrades necessary for LOGFAC to remain functional. The contractor shall submit Engineering Change Proposals (ECPs) for this requirement as the documentation by which the change is described and suggested.3.The contractor's ability to perform LOGFAC software application maintenance to include minor bug fixes within the scope of GCCS-AF SSE and those normally performed on an annual basis for logistics systems within the same suite of GCSS-AF SSE.4.The contractor's ability to maintain and update LOGFAC application databases, in accordance with industry standards and the HQ 554 Electronic Systems Wing (ELSW) Systems Engineering Process (SEP). https://public.gunter.af.mil/applications/sep/menus/Main.aspx 5.The contractor's ability to collect all interface data and transfers to the operational site within 8 hours of receipt, excluding weekends and holidays. 6.The contractor's ability to obtain and maintain knowledge and in-depth expertise in the development of software release packages in accordance with GCCS-AF standards or similar architectures.7.The contractor's ability to operate within the GCCS-AF technology and Commercial-Off-the-Shelf (COTS) requirements: Oracle Application Server, Oracle Database, Solaris and other core systems. 8.The contractor's ability to utilize Oracle AS 10/11g and 10g/11g RDBMS and Related Development, Support, Administration Tools, Oracle Database Administration, 9.The contractor's ability to assist in updating and /or developing LOGFAC program documentation deliverables in accordance with the HQ 554 ELSW Software Engineering Process (SEP), DoD regulations / instructions, Air Force Instructions and other GCCS-AF specific requirements.10.The contractor's ability to utilize office automation software (Microsoft Office 2007 and XP and Vista).11.The contractor's ability to develop, test and field LOGFAC enhancements. Contractor shall evaluate enhancements and recommend database changes.12.The contractor's ability to complete all software maintenance actions IAW 554 ELSW Systems Engineering Processes (SEP) and follow all necessary GCCS-AF SSE guidelines as well as Level 6 DII COE Compliance Standards and non-COE standards for software delivery where applicable. 13.The contractor's ability to work closely with the Functional Analysts and the LOGFAC team in writing application changes.14.The contractor's ability to maintain the LOGFAC Continuity of Operations Plan (COOP) site ensuring 98 percent availability during an 8 hour period. This includes the daily backup of data from the operational site and ensuring it is uploaded on the COOP site. NOTE: Once LOGFAC 2.0 is fielded, all COOP responsibilities will be transferred to GCCS-AF. 15.The contractor's ability to provide Tier I/II Help Desk support utilizing Remedy. Contractor shall also have the ability to respond to trouble calls providing problem resolution for 100 percent of assigned calls. Provide customer support and field assistance to users via both the Non-Secure Internet Protocol Router Network (NIPRNET) and Secure Internet Protocol Router Network (SIPRNET). NOTE: Once LOGFAC 2.0 is fielded all Tier I Help Desk responsibilities will transfer to GCCS-AF.16.The contractor's ability to deliver to the LOGFAC PMO (via e-mail) a weekly program management status report in contractor format (based on prior customer approval) to include issues, successes, risks and mitigation plans. The contractor shall participate in program management meetings (or as scheduled) to ensure costs, 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 to monitor and provide risk reports to the PMO, with the first report due 30 days after contract award.17.The contractor's ability to provide DIACAP/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.18.The contractor's ability to maintain a development sandbox within GCCS-AF services for the purpose of conducting testing as required for systems maintenance, bug fixes and any enhancements added to the system by task orders. The contractor will be responsible for the update and maintenance of the development environment.19.The contractor's ability to fully adhere to all procedures outlined in the 554 ELSW Systems Engineering Process (SEP) for testing LOGFAC and test according to the test practices of the Wing Test Office (WTO) and in conjunction with the WTO.20.The contractor's ability to provide an Integrated Master Schedule (IMS) that is fully resource loaded and is in complete compliance with the 554 ELSW Systems Engineering Process (SEP). 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.21.The contractor's ability to provide a Quality Control Plan that satisfies the standards of International Organization for Standardization (ISO) 9126: Information Technology/Software Evaluation - Quality Characteristics and Guidelines for their Use, 1991 and the 554 ELSW Systems Engineering Process (SEP).22.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), security documentation such as outlined in the DIACAP and a Test Plan. 554 ELSW guidelines for producing such documents are available in the Wing SEP.23.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. 24.The contractor's ability to satisfy program test requirements (including but not limited to complete test cases, test scripts and test documentation) for all phases of testing according to the Wing SEP, Wing Test Procedures and the 46 Test Squadron. The contractor will be required to enter all required test data into the Wing Test Tool, Quality Center. 25.The contractor's ability to provide LOGFAC software configuration management to include functional, allocated, and product baselines.4. Special Requirements 4.1 Data Rights. The government shall have unlimited rights to all deliverables developed under this contract. 5. Security 5.1 Contractor 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/R2323/listing.html)
 
Record
SN02046320-W 20100123/100121234744-fa5c8827e5471471efc328c6157d13f1 (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.