Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2011 FBO #3667
SOURCES SOUGHT

15 -- RFI for AME/IETMS/IA/Tech Assist for F/A-18 - Attachments - Questions and Answers

Notice Date
12/7/2011
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
RFI-AME-Sources-Sought
 
Point of Contact
Joanna L Schwab, Phone: (301) 757-5261
 
E-Mail Address
joanna.morris@navy.mil
(joanna.morris@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Q&A's AME Brief RFI Description This sources sought replaces N00019-11-AMERFI which was posted on 10/31/11 and RFI-AME-Sources-Sought posted on 10/31/11. The F/A-18 and EA-18G Program Management Activity (PMA265) located at Naval Air Systems Command, Patuxent River, Maryland is requesting information and conducting market research to identify and determine if there are potential sources which have the capabilities to provide sustaining support for the F/A-18 EA-18G Automated Maintenance Environment (AME), fleet technical assist for AME, perform Information Assurance, and author/update Class IV Interactive Electronic Technical Manuals (IETMs). This Request for Information (RFI) is for planning and market research purposes only and should not be considered as a request for proposal or as a solicitation to do business with the Government. There is no solicitation package available at this time. DESCRIPTION: (a) The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited.. (b) Responses to this RFI must, at a minimum, be able to describe your company's capabilities and provide a brief synopsis of your ability to meet either all or a portion of the requirements described herein. Recommendations regarding the potential breakout of this requirement will be considered for preliminary planning and market research purposes. Vendor responses to this RFI shall be limited to twenty (20) pages and include the following administrative information: - Vendor name, address, point of contact, phone number, and e-mail address - Vendor interest in proposing on the solicitation when it is issued - Vendor interest in responding to all or partial (AME, Tech Assist, IA or IETMs) support of this effort - Vendor capability to perform a contract of this magnitude and complexity - Vendor type of business size and small business status, as applicable - Vendor joint venture information, as applicable, including existing and potential (c) Responding vendors shall include the organization's dedicated experience with F/A-18 EA-18G aircraft, including employees trained with the number of years in support of F/A-18 EA-18G aircraft. The vendors should also include experience/knowledge of the Optimized Organizational Maintenance Aid (OOMA) program, its function, and how it interacts with AME. Submitting vendors should state if their personnel are or will be certified according to the requirements and criteria established in DoD 8570.1 (d) AME: AME is a suite of integrated software applications designed to better support the “O”- Level maintenance activity by providing the maintainer both enhanced procedural and technical support as well as improved data collection for performance analysis and trending. Please see the attached Microsoft Word document for more details. Support of AME would entail software updates, testing of the software, quality assurance of software, ensuring interoperability between AME and OOMA, systems engineering support, management/technical support, update of documentation, risk management, program status reporting, budget, plans, and milestones. Please see the attached Microsoft PowerPoint presentation for a more in depth configuration of the AME program along with system diagrams. Submitting vendors should include in their submittal what additional information would be required from the government in order to sustain/support AME. (e) AME Tech Assist: This effort will include the requirement of on-site support of the AME/IETM products. In order to complete the tasking, vendors should be familiar with the AME product, OOMA, and how OOMA interacts with AME. The submitting vendors should show its ability to support the fleet both CONUS and OCONUS. (f) Information Assurance: Submitting vendors should include its familiarity of Department of the Navy’s Information Assurance Program methodologies for the protection of information to support DON missions. Current support includes determining the information assurance (IA) requirements for Certification and Accreditation (C&A) as defined in DoDD 8500.01E, DoDI8500.2, DoDI 8520.2, DoDI 5000.2 and DoDI 8580.1) Support includes providing the necessary documents as defined in the above stated policies for the purpose of certification and accreditation, assisting the government in obtaining required certification for the AME system, performing certification testing, providing the necessary documents to assist in the registering of new applications with Functional Area Manager, and assist with the information assurance vulnerability management requirements. See attachment for system diagrams. (g) IETMs: The current IETMs is authored using MIL-PRF-87269B as guidance. The government will consider the possibility of converting the data to a S1000D -compliant common source database format. The current IETM viewer used is a commercial product that has been modified and therefore is now considered a proprietary product. Vendors should submit their ability to convert and/or submit an alternative plan to support the data and viewer. Support of the IETMs includes database administration and system support, database creation and associated data loading activities, incorporation of technical publications deficiency reports, adhoc data support (database queries, database reports, metrics collections), testing of IETM related software application installations and upgrades, and support of IETM digital wiring data database (Wiring Illuminator) (h) Responding vendors shall answer the following questions: (i) What additional data would be required to support AME/IA/IETMs? (ii) Do you currently provide onsite technical assistance for other DoD programs? If so, how many locations, number of personnel, and the name of the program? (iii) Has your company had experience (in the past 5 years) providing an automated maintenance environment type product for other aircraft? Did you face any challenges? If so, what challenges did you face and how did you overcome them? (iv)Has your company had experience (in the past 5 years) providing an automated maintenance environment type product for another aircraft outside of the continental United States and its territories? Where was that customer located? (v) Does your company have experience in managing a program that is developed/ upgraded in coordination with other government entities? If so, how was it managed? Please state how it was coordinated, success of meeting schedules/timelines, and challenges that you faced. (vi) Do you have experience authoring a Class IV interactive technical manual? If so, in what format and for whom? (vii) Do you have prior experience submitting certification and accreditation packages for DoD programs? If so, what documentation is required to submit the package? What program have you performed this activity in the past? (viii) How long is your typical contractual arrangement established with vendors and subcontractors? (ix) Do you have the ability to perform non-recurring engineering service capability on a F/A- 18/EA-18G? (x) What previous experience does your company have with Government contracts? (xi) Is your company familiar with the Government processes of contracting, billing, engineering, etc.? (xii) If you had previous contracts with the Government, what types of pricing arrangement were used? (xiii) What type of pricing arrangement would you recommend for the contract? (xiv) What does your company specialize in? (xv) What other recommendations/approaches can you offer that would provide USN insight that would result in successful support of the Automated Maintenance Environment program and/or IETMs? (i) All responses should be received no later than 11:59 PM EST, 23 December 2011. All questions and comments must be in writing, no telephone calls. The Government will not pay for any information received in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. Please direct requests for user guides, SGML tagging and funtionality matrices to the POC listed on this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/RFI-AME-Sources-Sought/listing.html)
 
Record
SN02635125-W 20111209/111207234511-49793d34f2eb43681dc4ffa17c31e308 (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.