Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2016 FBO #5210
SOLICITATION NOTICE

D -- Depot Maintenance Systems Integration (DMSI) and Depot Maintenance Legacy System (DMLS) at Wright-Patterson AFB, OH; Hill AFB, UT; Tinker AFB, OK; Robins AFB, GA; Kadena AFB, Japan and Davis-Monthan AFB, AZ. DMSI is comprised of six (6) component systems

Notice Date
2/26/2016
 
Notice Type
Presolicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/WIJK - WPAFB, 2640 Loop Rd. West, Bldg. 557, Wright Patterson AFB, Ohio, 45433, United States
 
ZIP Code
45433
 
Solicitation Number
FA8770-16-R0008
 
Archive Date
7/31/2017
 
Point of Contact
Jacqueline Moore-Falah, Phone: 9376562239, Brittany Peterson, Phone: 937-257-3579
 
E-Mail Address
Jacqueline.Moore-Falah@us.af.mil, brittany.petterson.4@us.af.mil
(Jacqueline.Moore-Falah@us.af.mil, brittany.petterson.4@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
This RFI is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, 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 costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Air Force in developing its acquisition strategy and statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information submitted in response to it. The purpose of publicizing notices for potential actions is to increase competition, to broaden industry participation in meeting Government requirements, and to assist small business 8(a) in general in obtaining contracts and subcontracts. The NAICS Codes determined appropriate for this acquisition 541511 Custom Computer Programming Services. The size standard associated with NAICS 541511 is $25.0 Million. Firms responding to this announcement should indicate their business size for NAICS code 541511 and their graduation date from the Small Business 8(a) Program. "Small business" means small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business. Businesses, including their affiliates, whose gross annual receipts averaged over the previous three fiscal years DO NOT exceed $25 Million are considered a small business. If business size is transitioning to other than "small business" 8(a) in the next nine months, please indicate graduation date. The purpose of this specific market research is to determine if a small business 8(a) capability can function as a prime contractor and to determine if an 8(a) has the capability and interest to do this work. 2.0 BACKGROUND The AFLCMC/HIAM Depot Maintenance Systems Section located at Wright-Patterson AFB, OH is the support activity responsible for maintenance and sustainment support services for two programs, Depot Maintenance Systems Integration (DMSI) and Depot Maintenance Legacy System (DMLS) at Wright-Patterson AFB, OH; Hill AFB, UT; Tinker AFB, OK; Robins AFB, GA; Kadena AFB, Japan and Davis-Monthan AFB, AZ. DMSI is comprised of six (6) component systems, an architectural framework, and a consolidated data base; and DMLS is comprised of four (4) systems and a tool. • Depot Maintenance Systems Integration (DMSI): o G005M (Depot Maintenance Materiel Support System (DMMSS)) o E046B (AFMC Labor Standards Data System (ALSDS)) o G337 (Inventory Tracking System (ITS)) o G004L (Job Order Production Master System (JOPMS)) o G402A (Exchangeables Production System (EPS)) o G097 (Programmed Depot Maintenance Scheduling System (PDMSS)) o Q302 (Depot Maintenance Consolidated Data Base (DM CODB)) o Spectrum Systems Development Architecture (SSDA) All DMSI systems use the Common Operating Data Base (CODB) with other Maintenance systems as a part of the DMSI platform, which is a shared architectural environment. The Q302 Data Office manages the CODB for DMSI. • Depot Maintenance Legacy System (DMLS): o A030D (Aircraft Maintenance Production/Compression Report System (AMREP)) o D357 (Reparability Forecast Model (RFM)) o G004C (Depot Maintenance Workload Planning and Control System (DMWPCS)) o Quality Information Management Standard System (QIMSS)) o Information System Management Tool (ISMT) All DMSI and DMLS systems use ISMT for requirements management and workload management tracking/reporting tool. The systems listed below are the subject of this RFI: • DMMSS acts as a repository for material standards and production/issue history, which supports increased productivity of the Depot Maintenance Work Centers. It provides part number to stock number cross-reference, history of National Stock Number (NSN) changes, and retrieves, stores and updates Bill of Material (BOM) standard data. (Currently maintained at Wright Patterson AFB, OH). • ALSDS establishes and maintains labor standards for maintenance planning and production costing. It provides information on data used for capacity planning reports that will evaluate workload and personnel in terms of skills, and a simulation capability in order to determine the impact on skill capabilities and requirements in relation to workload changes. (Currently maintained at Tinker AFB, OK). • ITS tracks repairable end items through the maintenance overhaul line. It assigns item-tracking numbers to all parts as they are inducted and subsequently tracks them through disassembly, repair, and assembly. The system provides management information to all levels of management and also provides inventory control. (Currently maintained at Wright Patterson AFB, OH). • JOPMS provides a repository for storing the production number master records. It also provides the user ability to track customer work requests, record work authorizations, maintain temporary work plans, record end item production, and document standard labor hours earned during depot level maintenance. (Currently maintained at Tinker AFB, OK). • EPS provides access to workload requirements data, end item availability data, job order number data, production count data, end item production data, on-line information used to manage Depot Maintenance Supply Centers (DMSC) and bench stocks. (Currently maintained at Wright Patterson AFB, OH) Depot Maintenance Legacy Systems (DMLS): • AMREP documents the in work/storage status of aircraft possessed by AFMC and undergoing depot maintenance at AFMC or contractor facilities. AMREP identifies aircraft whose schedules can be compressed or accelerated for early return to the owning commands when required for the Air Force mission. (Currently maintained at Wright Patterson AFB, OH) • ISMT is a portfolio management, requirements management and workload management tracking/reporting tool that supports the entire software lifecycle for Information Technology programs/systems. (Currently maintained at Wright Patterson AFB, OH) • RFM is a web-enabled analysis tool that utilizes information from AFMC logistics data systems, Federal Logistics Information System (FLIS) and the Defense Logistics Agency (DLA) to project current and/or future parts support. Provides end item supportability posture by assessing individual Bill of Material (BOM) components. (Currently maintain at Tinker AFB, OK) • DMWPCS provides the Depot Maintenance a method to document and track the results of workload and manpower planning actions, provide a planned and historical labor application, interface data to other systems and provide a master listing of all Resource Control Centers (RCC) and their associated accepted workloads factor. The system also provides for multiple Planned Labor Application (PLA) capability. This system is designed to process in both batch and database environments. (Currently maintain at Tinker AFB, OK) • QIMSS is a data system that is used to: collect and compile Quality Assurance (QA) data collected by QA personnel; collect and compile Safety Assessment data collected by Safety Specialists; record deficiencies and observations on AFMC form 343; record corrective action and actions taken to prevent recurrence, and record follow-up information. (Currently maintained at Tinker AFB, OK) 3.0 TECHNICAL CAPABILITIES 3.1 Technical Capability Requirements: Companies interested in responding to this RFI must provide the following information and/or documentation that demonstrate technical capability in the 14 areas listed below. Seven areas are considered critical for achieving successful technical performance. Include in the description/ documentation for each area below whether your company performed as a prime or as a subcontractor; and provide if personnel have at least three years of relevant and recent experience. 1. (CRITICAL) Designing/supporting systems and the procedures for software and systems which will operate within the AF and DoD computing environment. 2. Describe your experiences working and interacting with the Defense Information Systems Agency (DISA) who operates the hardware our applications run on. 3. (CRITICAL) Transitional startup of the software maintenance and support activities for software or systems that were previously designed, implemented, and supported by another provider. 4. (CRITICAL) Requirements investigation, analysis, planning, development and deployment for software maintenance activities in accordance with the BES Business Process Directory (BPD), AFSC, and HQ AFMC/A4 policies and procedures or equivalent CMMI processes. 5. (CRITICAL) Software development, sustainment, maintenance and surveillance activities required within an integrated environment up to and through the enterprise level. 6. (CRITICAL) Breadth and depth of development and maintenance knowledge of modernized, mainframe, client-server, and web based systems requiring expertise in IBM WebSphere and Rational Application Developer, Sybase PowerBuilder and, Unified Modeling Language (UML), JAVA, JAVA script, HTML, JSP, JRE, JAR, WAR, and Oracle PL/SQL programming languages. Have an understanding of integrating web-server applications within a consolidated database and utilizing an integrated architectural framework. Expertise in Oracle database, HP UNIX, Sybase SQL Anywhere and various Windows operating systems. Expertise using tools such as RoboHelp and TOAD. 7. Conduct software/system development and qualification testing (including transitions and startups) in accordance with BES BPD testing policies and processes. 8. Creating, preparing and updating software system documentation and artifacts. 9. (CRITICAL) Provide on-site operational system, application, and database administration within an AF computing environment. 10. Ability to provide additional services/capability in the event of an immediate surge requirement. 11. Experience and understanding of communication policies and Global Information Grid (GIG) for executing new application development and deployment. 12. Providing help desk support: (1) Level I Help Desk Support is associated with answering the most commonly asked questions, logging issues, and providing resolutions for ISMT. (2) Level II Help Desk Support is a higher level that has the necessary resources to handle more difficult calls or issues and provide resolutions for DMSI and DMLS. (3) Level III Help Desk Support being the highest level of support which often deals with software specific needs, such as updates and bug-fixes for DMSI and DMLS. 13. Familiarity with DOD and AF Security Instructions: (1) DoD Information Assurance Certification and Accreditation Process (DIACAP) (2) DoD Public Key Infrastructure/Public Key Enablement (PKI/PKE) (3) DoD Architecture Framework (DoDAF) 14. (CRITICAL) List relevant Government and/or commercial contracts performed recently and include the following information: (1) Contract number and description of services. (2) Contracting officers' name, address, and telephone number. (3) Program managers', project leads', and/or technical leads' name, address, telephone number and a list of tasks performed for these personnel. 3.2 AF and DoD Architectural, Engineering Processes, Technical Skill Set Air Force and DoD Architectural, Engineering Process, Technical Skill Sets, and Hardware/Software Description: Oracle Products: • Client • Database Design • SQL Scripts • Procedural Language(PL) and Structured Query Language (SQL) Java Script Java Enterprise Edition • Java Runtime Environment (JRE/JDK) • Java Archive (JAR) File • JavaBeans • Web Application Archive (WAR) o Servlets/Java Server Pages (JSP) o Java Database Connectivity (JDBC) Software Life Cycle Process standards in accordance with Business Enterprise Systems (BES) BPD Sybase • PowerBuilder Enterprise 12.6 • EAServer Developer 6.3 Microsoft Products: • Microsoft Data Access Components (MDAC) • Windows Operating Systems: XP and Vista • Internet Explorer (IE) • Source Safe • XML Notepad • Application Center •.NET Framework Web Internet Information Services (IIS) and Active Server Pages (ASP) Transmission Control Protocol (TCP)/Internet Protocol (IP) Air Force Standard Desktop Core Configuration (SDCC) Other Tools: Adobe - Acrobat Reader TOAD - Oracle Database Tool • RoboHelp • Microsoft Front Page • Polytron Version Control System (PVCS) Flexera Install Shield 2015 DMSI Components and DMLS Systems Software/Hardware Description: DMSI Components and DMLS Systems DMSI Component and DMLS Systems Software and Hardware Architecture Description E046B (ALSDS) and G004L (JOPMS) (DMSI) Unified Modeling Language (UML), Sybase PowerBuilder application development, Java Server Pages (JSP), JavaScript, Hyper Text Markup Language (HTML), ORACLE Programming Language/Structured Query Language (PL/SQL), RoboHelp, UNIX and/or Windows operating systems and object oriented development and design. DMSI utilizes a consolidated database and Spectrum System Development Architecture (SSDA) as its framework. D357 (RFM) (DMLS) Focus 7.3.2, Oracle 10.2.0.4, Windows Server 2003 R3, MS IIS 6.0, REXX Control Language; Tivoli Endpoint, McAfee, MIAP secure user interface; Tumbleweed 4.10, Oracle DB, PL-SQL, JAVA, HTML and JAVASCRIPT, z/VM IBM OS 5.4.0, Hewlett Packard Itanium rx3600 (Production and Test Server), HP UX 11.23, Virtual (2CPU, 2.66 GHZ 4 GB RAM Operating System: CMS environment, UNIX environment, Windows NT Server environment and Windows 2000. Microsoft FrontPage QIMSS (DMLS) Windows Server 2003; Sybase SQL Anywhere database; Windows Terminal Services Server G337 (ITS) (DMSI) Sybase PowerBuilder application development, Java Server Pages (JSP), JavaScript, Hyper Text Markup Language (HTML), ORACLE Programming Language/Structured Query Language (PL/SQL), Toad - Oracle Database Tool, RoboHelp, UNIX and/or Windows operating systems and object oriented development and design, Subversion SVN DMSI utilizes a consolidated database and Spectrum System Development Architecture (SSDA) as its framework. A030D (AMREP) (DMLS) Window Server 2012, Oracle Database and associated tools, Active Perl, Juniper VPN, IBM Rational Application Developer WebSphere 7.5.5., TOAD - Oracle Database Tool, Java Script Java Enterprise Edition • Java Runtime Environment (JRE/JDK) • Java Archive (JAR) File • JavaBeans • Web Application Archive (WAR) o Java Database Connectivity (JDBC) G004C (DMWPCS) (DMLS) IBM Z10-2098-E10 Mainframe, COBOL, z/OS, v3.4, JCL, MIAP and IDEAL G042A (EPS) and G005M (DMMSS) (DMSI) Client Server; Sybase Powerbuilder; Oracle PL/SQL programming languages. Oracle database ISMT (DMLS) Windows 2008, SQL Server 2005, Symantec AntiVirus, Symantec Live Update, Microsoft.NET Framework, Microsoft Application Center 2000, Microsoft XML Notepad, Microsoft Web Server, Microsoft Source Safe 6.0 3.3 Capabilities Package: Interested parties should submit a capabilities package, with a cover letter, that is brief and concise, yet clearly demonstrates ability to meet the stated requirements with sufficiently qualified personnel. Provide qualification information (type and duration of employee experience relevant to the requirements) and the level of involvement (prime or sub-contractor) and time periods for work on similar projects. The capabilities package should clearly present evidence that the interested party is fully capable of providing the required services and as such may contain any information that the interested party feels is relevant. 4.0 INSTRUCTIONS FOR RESPONSE: Submit a 12-page (maximum) paper describing the items listed above. Format responses as follows: • Page size shall be 8.5 x 11 inches; foldouts are permitted but will be assessed towards total page count. • Pages shall be single-spaced. The font shall be Times New Roman and the font size shall be no less than twelve (12). Use at least 1-inch margins on the top and bottom and 1- inch side margins. • Capability statements need to address fully the 14 technical areas identified above. Responses shall also include information regarding the following: • The level of contractor's interest (likelihood of submitting a proposal as a prime contractor). • Address potential teaming arrangement if likely to submit a proposal. • If a teaming arrangement is considered, describe tasks the prime would perform versus tasks the sub-contractor would perform. Also provide the following information: • Company name and address. • Company business size for NAICS code 541511 • Small Business 8(a) Type, if applicable • Small Business Graduation Date Company size, number of employees and average annual revenue. • List any multiple award contracts that your company holds. • Point of Contact for questions and/or clarification. • Telephone number, fax number, and email address. • If proposing as a prime and considering the type of technical capability required for this work, your company must be capable of performing 51 percent of the work for this requirement. • What is the risk areas associated with this effort? How should they be mitigated? • North American Industry Classification Systems (NAICS) code. The NAICS Code determined appropriate for this acquisition is 541511 Custom Computer Programming Services and FAR 52.219-14. If your company qualifies as a small business 8(a) as defined under this NAICS code, please respond to the below additional questions. • Can your company provide a team composed of a sufficient number of small business 8(a) subcontractors to perform this contract in an efficient, cost effective manner while meeting contract requirements? Please explain. • Does your company currently have a DCAA adequate accounting system? How much experience has your company had with management of information technology contracts? If your company is considering being prime on this effort you are required to perform 51 percent of the work, how would work beyond in-house capabilities be handled? •1.0 SUBMITTAL INFORMATION Questions concerning this requirement should be electronically sent to the Contracting Officer, Deneen Oldham [EONGUAA1], AFMC AFLCMC/HIAK, 4225 Logistics Avenue, Room A212, WPAFB, OH 45433-5769, email Brendan.Flannery@us.af.mil, telephone number (937) 257-2182. Responses are due no later than 26 March 2016 and need to be electronically sent to the Contracting Officer, Brendan Flannery, AFMC AFLCMC/HIAK, 4225 Logistics Avenue, Room A212, WPAFB OH 45433-5769, email Brendan.Flannery@us.af.mil, telephone number (937) 257-2182. Late responses may not be reviewed. •2.0 OMBUDSMAN An AFLCMC Ombudsman has been appointed to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Before consulting the Ombudsman, concerned parties should first address their concerns, issues, disagreements, and/or recommendation to the Contracting Officer for resolution. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate serious contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The AFLCMC Ombudsman can be contacted at: Lt Col Kenny Decker Deputy Director, AFLCMC/AQ-AZ 937-255-5512 (DSN: 785-25512) Wright Patterson Air Force Base 45433 [EONGUAA1] Removed extra period
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/MSG/FA8770-16-R0008/listing.html)
 
Place of Performance
Address: The Depot Maintenance Systems Section located at 4170 Hebble Creek Road, Area A, Building 280, Wright-Patterson AFB, OH is the support activity responsible for maintenance and sustainment support services for two programs, Depot Maintenance Systems Integration (DMSI) and Depot Maintenance Legacy System (DMLS) at Wright-Patterson AFB, OH; Hill AFB, UT; Tinker AFB, OK; Robins AFB, GA; Kadena AFB, Japan and Davis-Monthan AFB, AZ., WrightPatterson, Ohio, 454335356, United States
Zip Code: 35356
 
Record
SN04032950-W 20160228/160226234815-2616d0307f05a30a313ef9ee0da136bd (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.