Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 23, 2015 FBO #4898
SOURCES SOUGHT

D -- In-Transit Visibility Program - Attachment_1_Database_requirements

Notice Date
4/21/2015
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
Other Defense Agencies, United States Transportation Command, USTRANSCOM Command Acquisition, 508 Scott Drive, Bldg 1900, Scott AFB, Illinois, 62225, United States
 
ZIP Code
62225
 
Solicitation Number
HTC711-15-ZW03
 
Archive Date
5/5/2015
 
Point of Contact
Samuel C. Stringer, , JARRETT S. MOFFITT,
 
E-Mail Address
samuel.c.stringer@afghan.swa.army.mil, jarrett.s.moffitt.mil@mail.mil
(samuel.c.stringer@afghan.swa.army.mil, jarrett.s.moffitt.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Database Requirements Synopsis: SYNOPSIS: THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. This sources sought notice is issued in an effort to conduct market research for information and planning purposes only. The U.S. Government (USG) is soliciting information to determine the availability of companies capable of performing similar services in Afghanistan as stated below. We are only seeking information from companies who currently provide In-Transit Visibility (ITV) Services and are capable of providing these services throughout Afghanistan. SCOPE OF WORK: The contractor shall provide all equipment, labor, tools, management support, to include expert analytical and technical, to provide a reliable In-Transit Visibility service that is a commercial off the shelf solution which provides asset visibility and force protection software and is an application based system. The solution must use encrypted communication and secure identification. The system is to be used for tracking trucking assets throughout Afghanistan. 1. Requirement: The contractor shall provide an ITV system in support of the National Afghan Trucking (NAT) program as well as a software database solution for management of NAT missions. 1.1. All software capabilities provided by the contractor must be secured and able to function on commercial internet. The contractor must demonstrate the ability for their software solutions to conduct real time updates for all users. Information feeding to the database and ITV software must be archived on a server with minimal limitations to access archived data by the Resolute Support Sustainment Brigade (RSSB). The contractor shall provide any requested archived data at any time to the RSSB or contracting office. 2. ITV Solution Requirements: The ITV solution must consist of portable transponders, commercially available for purchase by NAT contractors, capable of continuously providing a vehicle position over the course of at least 90 days. ITV data must be capable of providing at least a 10 digit military grid location when the position is updated. The application of transponders on vehicles and operation must be user friendly for local Afghan truckers not capable of reading/writing. The ability to turn the position update capability of transponders must be restricted to all users except the owner. Transponders must be capable of providing an updated position at least once every 15 minutes. ITV position updates must feed to a mapping software program available to both the US military as well as NAT contractors. ITV data must be capable of feeding to the Battle Command Sustainment Support System (BCS3) system as well as the mapping software program. 2.1. The contractor must provide a mapping software program utilizing updates maps of Afghanistan that includes all major transportation networks (roads/highways) as well as coalition military locations and Afghan locales. The transponder and software mapping program provided to NAT contractors will not provide specific perimeters of coalition military locations and military grid locations will be limited to six digits. The mapping software program must be capable of isolating transponder data by date, specific individual transponders, NAT contractors, NAT mission data, and location. Users must be capable of conducting transponder "replays" in order to determine a specific path of travel by NAT contractors. This capability must be possible for every NAT mission captured regardless of how old it may be. 3. Database Solution Requirements: The database solution for management of NAT missions must be capable of capturing all mission data relevant to the RSSB for Dry, Heavy, and Fuel assets. The database must require all users to utilize a username and password, this capability must allow for different user roles based on mission requirements. The RSSB requires the ability to define what capabilities each user role is capable of accessing and the contractor must provide flexibility to update user role capabilities at any time per the direction of the RSSB. All actions taken to update any mission information in the database, upon selection, must be capable of auditing by RSSB leadership at a minimum. Any and all information from the database must be capable of being exported into multiple Microsoft Office file types. A function must be provided that allows users to sort and filter all information based upon any one or multiple fields of NAT mission data. The software must also provide a function that conducts trend analysis based on any specific or multiple fields of NAT mission data; this trend analysis must be provided in the form of Microsoft Excel file extension, viewable on the mapping software program, and displayed in chart format (bar, graph, pie, etc.). 3.1. The database software must only be available to the RSSB. This software must allow the RSSB to create new missions, create remissions, import carrier reported data, import Movement Control Team (MCT) reported data, imported ITV data automatically, and conduct manual updates to all fields of information. A standardized, user friendly, method of NAT contractors updating and reporting information as well as MCTs and Fuel Managers updating and reporting information must be provided. 3.2. The database must also have a feed of reference lists, maintained by the contractor and viewable by RSSB users, that includes the following information: 3.2.1. The name, province, military grid, and designated Geofence for all locations the NAT contract supports (list of locations will be provided and updated by the RSSB to the contractor). The database reference list must include a mitigation factor to ensure that misspelled versions of locations are automatically identified and corrected. 3.2.2. The actual travel distance, in kilometers, from/to every NAT supported location. 3.2.3. RSSB allowable travel days, must be capable of update at any time by the RSSB, this will be based on a matrix of allowed days to total mission units travelling. 3.2.4. Any travel restrictions for NAT supported locations due to limitations to support specific asset types. 3.3. Specific NAT mission data that must be included in the database is in Attachment 1, Database Requirements. The contractor shall maintain the flexibility to add new information fields required by the RSSB at any time; the RSSB will provide all relevant information for how that field will be utilized and the logic for information interaction with other fields and import/export capabilities. The contractor must ensure that to the greatest extent possible that mission information is capable of automated updates based on interaction with other fields of information. Specific logic for information interaction will be provided by the RSSB for software development and contractor must be capable of updating the logic at any time per direction from the RSSB. 3.4. The database must also have a function to export selected missions into a mission sheet generation function. The mission sheet will be a standardized template provided from the RSSB that includes relevant mission data as well as an MCT contact information sheet, a window placard sheet, and an additional mission sheet copy for filing at the RSSB. The contractor must be able to update the templates at any time per RSSB direction. This mission sheet generation function will create a hard copy, printable, mission sheet for distribution to NAT contractors as well as a digital version that can easily be sent to MCTs and customers. The digital version must have a capability for comments and have a digital signature function utilizing DOD common access cards. The database must include methods for attaching and easily accessing the digital mission sheets to missions listed in the database. *The following information is required for responding to this request. 1. Provide a statement of capabilities outlining the ability to provide an In-Transit Visibility (ITV) system in Afghanistan. 2. Statement of capabilities should include detailed technical expertise information, and relative experience demonstrating the direct ability to perform and/or provide an In-Transit Visibility (ITV) system meeting the above minimum criteria in Afghanistan. 3. Since this is primarily a service contract, provide information on how you would be capable of performing quality work and meet the mission needs of the USG to supply equipment, labor, tools, and skilled technician to provide service 24 hours a day, seven days a week. 4. Provide information on your capability to hire a workforce to perform in Afghanistan that shows your firm is knowledgeable about hiring practices and procedures for US, Third Country Nationals (TCN), and Afghanistan Local National personnel to perform work on military installations in Afghanistan and your ability to quickly replace individuals identified by the US military. 5. Provide an estimated timeline to implement in terms of personnel hiring/mobilization, acquisition of appropriate software, transponders (commercial availability), software and data licenses, installation, set-up, testing, and training of the system in Afghanistan. 6. Interested parties may submit the above information for satisfying this requirement to the contact e-mail address below. This announcement is not a request for competitive quotes or proposals. All information shall be submitted via e-mail to samuel.c.stringer@afghan.swa.army.mil and jarrett.s.moffitt.mil@mail.mil. The response must be sufficient to permit agency analysis to establish a bona fide capability to meet the requirements. Statement of capability in the form of website hyperlinks will not be accepted. No telephone requests will be honored. All information provided will become the property of the USG and will not be returned. Responses are requested no later than 4 May 2015 at 07:00 AM Central time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USTC/USTRANSCOM/HTC711-15-ZW03/listing.html)
 
Place of Performance
Address: Service Required throughout Afghanistan. Basing will be at Bagram Airfield., Afghanistan
 
Record
SN03706262-W 20150423/150421235433-53e484ee1b8c294d1a9cd10e57d10435 (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.