Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2011 FBO #3527
SOURCES SOUGHT

D -- Task Management Tool Support

Notice Date
7/20/2011
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
 
ZIP Code
33621-5000
 
Solicitation Number
F2VUSJ1196A002
 
Archive Date
8/16/2011
 
Point of Contact
Alyson Gowin, Phone: 813-828-1872, Melissa A Robertson, Phone: 813-828-6570
 
E-Mail Address
alyson.gowin@macdill.af.mil, melissa.robertson.3@us.af.mil
(alyson.gowin@macdill.af.mil, melissa.robertson.3@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A NOTICE FOR SOURCES SOUGHT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE IS NO BID PACKAGE, SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE WITH THIS ANNOUNCEMENT. IT DOES NOT CONSTITUTE A PROCUREMENT COMMITMENT BY THE U.S. GOVERNMENT, IMPLIED OR OTHERWISE. NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. RESPONSE IS STRICTLY VOLUNTARY; NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS. THE GOVERNMENT SHALL NOT BE LIABLE FOR OR SUFFER ANY CONSEQUENTIAL DAMAGES FOR ANY IMPROPERLY IDENTIFIED INFORMATION. For purposes of this RFI, the North American Industry Classification System (NAICS) Codes is 541511. Listed below is what we need - in your response please provide your ability to provide all of the service and how you are able to provide the service. Please include information on your company such as Cage Code, small business size status, and company profile. Responses are due back by 01 August 2011 by 10:00 AM EST. Performance Work Statement (PWS) FOR Task Management Tool (TMT) - The USSOCOM Tasker Management Tool (TMT) Maintenance Support 29 September 2011 Place (s) of performance: (Primary) USSOCOM Headquarters (Bldg # 501), 7701 Tampa Point Blvd, MacDill AFB, FL 33621 USASOC Headquarters, 2929 Desert Storm Drive, Fort Bragg, NC 28310 MARSOC Headquarters, PSC Box 20116, Camp Lejeune, NC 28542 AFSOC Headquarters, 100 Bartley Street, Command Suite, Hurlburt Field, FL 32544 SECTION 1.0 DESCRIPTION OF SERVICES/GENERAL INFORMATION 1 Scope of Work: The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to provide expertise and support required for development, sustainment and upgrades of United States Special Operation Command (USSOCOM)'s Task Management Tool (TMT). The services required for this PWS includes expertise for the development and administration of the TMT system. This support will include on-site and remote functional and technical support as well as assistance in leveraging USSOCOM's investment in Customer Relationship Management (CRM) to solve applicable business problems. It will also include support for US Army Special Operation Command (USASOC), Air Force Special Operations Command (AFSOC) and Marine Corps Forces Special Operations Command (MARSOC). The contractor must perform to the standards in this contract. Place of performance will be primarily at MacDill Air Force Base, Florida and make four one-week visits to Fort Bragg, NC (USASOC) over the course of 12 months, and three one-week visits to Camp Lejeune, NC (MARSOC) over the course of 12 months and two one-week visits to Hurlburt Field, FL (AFSOC) over the course of 12 months. 1.1 Specific Tasks 1.1.1 USSOCOM Staff Education Program (USEP) Participation. Monthly, TMT consultant will provide a briefing overview of TMT to newcomers at USSOCOM, with no more than 2 validated customer complaints per briefing. 1.1.2 Submit monthly project status reports. Contractor shall submit accurate reports that are delivered each month detailing project accomplishments and any outstanding issues 100% of the time. 1.1.3 Collaborate with J-Code and Component representatives on a weekly basis. Contractor shall on a weekly basis collaborate via telephone, email, and in person to discuss any and all outstanding TMT issues and work with executives to produce a successful issue solution(s) as necessary. Brief SJS and identify any outstanding issues raised by J-Code / Component executives 100% of the time. 1.1.4 Assist SOCOM, USASOC, MARSOC and AFSOC in ensuring wide spread adoption of TMT. Review taskers and work with users to ensure effective and proper usage of tasker solution to maximize tasker outcomes, with no more than 2 validated customer complaints per tasker 1.1.5 Provide instructor-led training. Provide end user training to maximize use of TMT and ensure appropriate, efficient use of the TMT system at least one time a month individual or group training sessions shall be held (Military, Civilians, Contractors), with no more than 2 validated customer complaints per training session. 1.1.6 Provide TMT software updates. Contractor shall provide SOCOM, USASOC, MARSOC and AFSOC with software updates to TMT at least one time during the period of performance in FY12 provided the Government approves the upgrade and appropriate STIG testing is conducted. SECTION 2.0 SERVICES SUMMARY: The contractor shall work with SOCOM, USASOC, MARSOC and AFSOC to continue refinement of operational procedures to streamline the tasker process. The contractor shall ensure that the TMT software solution is maintained on a daily basis to ensure it's operational in order to meet the 6,400+ user's needs. As such, the contractor will regularly collaborate with J-6 regarding server management and any upgrades to the tasker solution. The contractor shall provide monthly TMT training sessions for the USSOCOM Staff Education Program (USEP) to ensure new USSOCOM personnel are able to proficiently and effectively fulfill their tasker duties as assigned as well as monthly AO Training classes. Support will include remote and on-site in person, phone, and email support to include one-on-one and group training sessions and as such will provide users with rapid access to support questions on how to shape taskers for the best results in the most efficient manner. The contractor shall collaborate on a weekly basis with the Components, J-Code executives/administrators to ensure TMT issues are resolved quickly, training events are identified and fulfilled, and new users are added to the task management system as necessary. Performance Objective PWS para Performance Threshold USSOCOM Staff Education Program (USEP) Participation 1.1.1 Monthly, TMT consultant will provide a briefing overview of TMT to newcomers at USSOCOM. Submit monthly project status reports 1.1.2 Accurate reports are delivered each month detailing project accomplishments and any outstanding issues 100% of the time Collaborate with Component and J-Code representatives on a weekly basis 1.1.3 Brief SJS and identify any outstanding issues raised by J-Code executives 100% of the time. Assist SOCOM,USASOC, MARSOC and AFSOC in ensuring wide spread adoption of TMT 1.1.4 Review taskers and work with users to ensure effective and proper usage of tasker solution to maximize tasker outcomes. Provide instructor-led training 1.1.5 At a minimum, monthly, provide end user training to maximize use of TMT and ensure appropriate, efficient use of the TMT system at least one time a month individual or group training sessions shall be held. Perform TMT software update 1.1.6 Provide software updates as necessary along with how-to documentation 100% of the time for each major upgrade of the system. Keeping TMT software operational 1.1.7 Resolve TMT software related issues within 24 hours for internal issues and within 48 hours for those actions requiring Engineer Support SECTION 3.0 GOVERNMENT-FURNISHED PROPERTY (GFP) AND SERVICES: USSOCOM will furnish the contractor with NIPRNET and SIPRNET computer access to include a computer monitor and workstation for each networked computer. USSOCOM will include desk, chair, and computer mouse at the contractor's workstation. SECURITY STATEMENT Onsite contractor personnel must have an active Top Secret clearance. Contractor personnel will require access to SCI and Focal Point material in performance of this effort. Contractor personnel will require access to NIPRNET/SIPRNET/JWICS computer systems only at government facilities. Contractor is not expected to hold classified material at the contractor site for successful execution of this PWS. Access will be required to cleared facilities, including, but not limited to, work space on MacDill Air Force Base and off the military installation near MacDill Air Force Base. Additionally, access to US Army Special Operations Command (USASOC) will be required on a periodic basis to include access to their computer systems to interface with their instance of TMT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VUSJ1196A002/listing.html)
 
Place of Performance
Address: MacDill AFB, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN02505134-W 20110722/110721003728-ebc1e7887b7b8bc98602fbf9a9b5661f (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.