Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2011 FBO #3689
SOURCES SOUGHT

D -- Configuration Management and Data Management Contract

Notice Date
12/29/2011
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC/PKO, 483 N. Aviation Blvd, El Segundo, California, 90245-2808, United States
 
ZIP Code
90245-2808
 
Solicitation Number
FA2816-12-R-0001
 
Archive Date
2/1/2012
 
Point of Contact
Gerard K. Endres, Phone: 3106535369
 
E-Mail Address
gerard.endres@losangeles.af.mil
(gerard.endres@losangeles.af.mil)
 
Small Business Set-Aside
N/A
 
Description
1. Type of Action: Sources Sought Notice 2. Classification Code: L-technical Representative Services 3. NAICS Code: 541511 4. Title: Configuration Management and Data Management Contract 5. Response Date: Within 14 working days after this announcement is posted 6. POC: Mr. Herbert Countee, email: herbert.countee@losangeles.af.mil, (310) 653-6178 7. Secondary POC: Mr. Gerard Endres email: gerard.endres@losangeles.af.mil, (310)653-5369 8. Reference Number: GPE Notice Number TBD 9. Solicitation Number: FA2816-12-R-0001 10. Award Amount: N/A 11. Contract: N/A 12. Award CLIN#: N/A 13. This announcement serves as a Sources Sought Synopsis issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. This Sources Sought is issued solely for information and planning purposes and does not constitute a solicitation nor is this notice a request for quotations. DO NOT submit a quote or proposal in response to this synopsis. The purpose of this sources sought synopsis is to identify companies capable and qualified to provide "Basewide Configuration and Data management capabilities" as well as update and maintain those capabilities and protect mission sensitive data through the life of the contract. Responses to this sources sought synopsis shall include the following: (a) company name (b) address (c) point of contact (d) "number of employees" as defined by the Federal Acquisition Regulation (FAR) part 19.101 and (e) the amount of "annual receipts" as defined by the FAR part 19. In addition, the respondent must provide: a. A capability statement that addresses the organization's qualifications and ability to perform as a prime contractor delivering the work described below. b. Provide product demonstration in the Place of Performance listed below c. Product Loan Availability (60 days) for evaluation of software capabilities and compatibility with SMC network and the various Directorate's Contracts Delivery Requirements List's (CDRL's) d. Licensing Policy e. List of the current and or past users of the proposed software (a) company name (b) address (c) point of contact (including phone number and email addresses) Description: The Space and Missile System Center (SMC) is interested in a Configuration Management and Data Management application software system that encompasses the services of customization to government specifications, specialized training, and maintenance. SMC is interested in a software system that will use configuration and data management databases for the purpose managing different Directorate's program and mission essential data, documents, and information. This system SMC seeks is one that can transform the program and mission essential data into useful reports, lists, forms, and the like with added intelligence for the effective data management, data dissemination, and configuration for Directorate's basewide. The services entail managing and transforming the mission essential data include furnishing all personnel, equipment, labor, tools, materials, supervision, transportation and other items and services necessary to configure, maintain, and provide training on the Commercial Off-the-Shelf (COTS) software, and in accordance with Key Performance Indicators (KPIs) Metrics/Reporting for the various Directorates at SMC. The respondent must be able to handle each Directorates' Change Control Board meeting minutes, document routings, and custom ad-hoc reporting. The contractor must be able to provide CM/DM services, knowledge management, and training services. The respondent will have many demands placed on them in regards to the Standard Commercial Off-The-Shelf (COTS) Software Maintenance within 8 hours or less, - Response Times, and providing the various deliverables that will be on contract. In addition to having CM/DM capabilities the respondent shall also be able to support the Directorate's Parts and Manufacturing Process (P&MP), carry out the AF Systems & Engineering Assessment Model (SEAM) Process, and be able to provide capabilities in support of AF Acquisition Logistics. In response to this Sources Sought, the respondent must be able to show ability to support the configuring of specific CDRL/CM process areas for SMC Directorates as described below. 1. COTS Software Application Tool The tool shall have the ability to be certifiable as a classified environment. The tool shall be capable of supporting SMC directorates Change Boards processes. The tool shall be capable of tracking board activities to produce matrix/stats accounting of board activities. The tool shall automatically transfer data from a form 585 to a form 1423 and keep meta data tags active on both forms. The tool shall be able to have interactive modification of forms listed. The forms shall be provided as interactive screens where users can input data into an active database with meta data tags. When the Change Board documents refer to other documents such as requirements and are disposed off as updates to those references, then the tool shall provide automatic updates like relational data bases. The tool shall be capable of tagging Baselines and its controls. The tool shall provide automatic status accounting for baseline documents once meta data has been established. The tool shall be capable to submit actions items to SMC Workflows for working /tracking implementation of the particular action item. The tool shall have dashboard capability to track and display Change Board activities. The tool shall be capable of generating e-mail routing with deadlines and its statusing. The tool shall have a limited selective access contractor portal (for the purpose of allowing the development contractor to upload CDRLs/DIDs directly into te government's database. For the Configuration Management functions, the SETA and SE&I contractors should be able to log into the tool using their government-issued credentials rather than having to use a special portal); full access shall be given to credentialed government personnel perhaps with a different database portal; the contractor uploads and in general, central repository, shall be at the 61st communication squadron server. 2. Training Currently all training for the tool is by contractor; instead training is to be partially by the contractor and partially by SMC staff. Contractor shall provide user training and Train the trainer training as directed by government. Contractor shall provide the basic user training via Computer Based Training (CBT) methods. Contractor shall provide training slides and handouts for both user training and train the trainer training. Contractor shall update training and training material on a semi-annual basis capturing SMC generated new features. 3. COTS Software Tool Administrative Support Contractor shall support establishment of a ‘SMC User Group' by the PM Office. Contractor shall provide version controlled User Manuals for use by SMC staff. Updates to the User Manual shall be semi-annual. Contractor shall incorporate user group approved modification to the tool; a maximum of 200 updates to the tool are envisioned. The modifications shall be revision controlled and be available to all SMC users. Once the tool is implemented at a given directorate, contractor shall provide maintenance support as directed by the Government. FOB: Destination This survey is to determine the capability of potential sources and the availability of commercial sources and services pursuant to FAR Part 10. This notice is for informational purposes only and does not constitute an Invitation for Bid nor Request for Proposal, and is not to be construed as a commitment by the Government. The Government will not reimburse contractors for any cost incurred for their participation in this survey. Large and small businesses are encouraged to participate in this survey. Interested sources should submit responses to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Interested parties must submit an unclassified Statement of Capability (SOC) by 5:00pm (PST), within 13 working days after this announcement is posted demonstrating knowledge of Configuration Management and Data Management, and provide the capabilities listed above. The SOC shall not exceed 20 one-sided pages in length. The page limit is for the SOC only and does not include the required OCI Mitigation Plan submission. Responses to the OCI Mitigation Plan must be submitted by e-mail in electronic form in MS Word 2002 or highter or PDF format. All responses must conform to 8.5 by 11.0 inch pages, with font size no smaller than 12 point. This synopsis is for information and planning purposes only; it does not constitute a request for proposal (RFP). Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government. The Government will not recognize any costs associated with submission of a SOC. Information received will be considered solely for the purpose of determining which prospective credible sources exist. Responses from qualified small and small disadvantaged businesses are highly encouraged. Submit all synopsis responses to: SMC/PKO, Attn: Herbert B. Countee, 483 N. Aviation Blvd., Bldg 272, Room C3-200, El Segundo, CA 90245-2808. Electronic submissions can be submitted to herb.countee@losangeles.af.mil. Inquiries may be directed to Mr. Countee via email or via phone at 310-653-6178. If there are any questions and/or all prospective offerors who may be interested in participating in a future procurement for this requirement should respond to this Source Sought Notice by responding in FBO's electronic system or by contracting the Contract Specialist or Contracting Officer listed above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/61CONS/FA2816-12-R-0001/listing.html)
 
Place of Performance
Address: 483 N. Aviation Blvd., El Segundo, California, 90245, United States
Zip Code: 90245
 
Record
SN02646515-W 20111231/111229233608-ce6b86cff4d2a792071bc3a030c891af (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.