Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 28, 2017 FBO #5726
SOLICITATION NOTICE

99 -- Automated Logistics Information Management System RFI #1

Notice Date
7/26/2017
 
Notice Type
Presolicitation
 
NAICS
541490 — Other Specialized Design Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/HB - Hanscom, 11 Barksdale Ave Bldg 1614, Hanscom Air Force Base, Massachusetts, 01731, United States
 
ZIP Code
01731
 
Solicitation Number
FMS_USAF_ALIMS
 
Archive Date
9/12/2017
 
Point of Contact
Juliann N. Mariani, Phone: 7812259558, Jessica Bryan, Phone: 7812252231
 
E-Mail Address
juliann.mariani.1@us.af.mil, jessica.bryan.1@us.af.mil
(juliann.mariani.1@us.af.mil, jessica.bryan.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
MEMORANDUM FOR INDUSTRY PARTNERS FROM: 11 Eglin Street, Bldg 1618 Hanscom AFB, MA 01731 AFLCMC/HBNK SUBJECT: Request For Information #1-Mexican Secretariat of the Navy (SEMAR) Logistic Information Management System (LIMS) I. Introduction : THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the US Government (USG) to contract for any supply or service whatsoever. Further, the Air Force is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the USG will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor that site for additional information pertaining to this requirement. II. Background: This RFI is in support of an AFLCMC Technical Assistance engagement with the country of Mexico to design an automated Logistics Information Management System (LIMS). The Mexican Navy and Army recently acquired a fleet of UH-60 Blackhawk helicopters necessitating a modern LIMS to meet operational requirements. AFLCMC will conduct an 18 month Technical Assistance engagement to develop and define requirements for a LIMS to support UH-60 Blackhawk helicopters and additional systems in the future. This information will be delivered in the form of a Systems Requirements Document (SRD), Statement of Work (SOW), Concept of Operations (CONOPS), High Level Operational Concept Graphic (OV-1), Operational Node Connectivity Description (OV-2), Analysis of Alternatives (AOA), and Independent Government Cost Estimate (IGCE). During the 12 month effort, AFLCMC will issue two (2) separate Requests for Information (RFIs) to develop the documents listed above. This document is RFI #1 and serves to gather vendor product and technical specifications to support development of a draft SRD. RFI #2 will provide vendors with a SRD and a draft CONOPS to allow the vendor to document how their solution aligns with system requirements. Lastly, RFI #2 will potentially ask vendors to provide a Rough Order of Magnitude (ROM). AFLCMC will conduct a series of virtual and in-person vendor engagement sessions at Hanscom AFB, MA. These engagement sessions will allow vendors SMEs to present product offerings, discuss application functionality, and explain system requirements. Vendors will also have the opportunity to travel to Mexico at their own company's expense during final program review to showcase product functionality and engage with Mexican military representatives and end users. III. Purpose : The intent of this RFI is to obtain information to support the design and development of requirements and specifications for a Logistics Information Management System (LIMS) The LIMS will be used for operational and maintenance management of military end-items operating in the domains of air, land and sea. Objective: To obtain comprehensive system specifications and technical design information from commercial vendors to support Mexico's LIMS implementation efforts. The LIMS will provide real time peacetime and wartime visibility of logistic functions (maintenance, supply, transportation, etc.) supporting a wide range of different end items. End-Users: The end-users of this system will be the Mexican Secretariat of Marine Forces - Secretaría de Marina-Armada de México (SEMAR) in support of operational and maintenance management for a UH-60 Blackhawk helicopter fleet and additional air/ground/sea systems in the future. Expected number of operating locations: Three (3) to 50 locations. Expected number of users: Three (3) to 2,000 personnel. General System Characteristics and Capabilities Unclassified system. Must be able to be secured in accordance with known security standards. System can be accessed from fixed sites and mobile locations. Easy configuration of online access and/or importation of data from one or multiple existing data sources. Robust analytics functionality or ability to integrate with commercial third-party analytics and reporting tools (e.g. Predictive analysis of failures to better manage sparing and inventory). Include roles-based functionality for budgeting, purchasing, supply chain management, inventory management, transportation and maintenance. Document and track maintenance actions on military end items, at the unit, organizational, and depot levels. Establish and track scheduled and unscheduled maintenance work orders. Provide capability for personnel to inquire, and produce retrievals of executed actions, i.e. maintenance, payments, shipments, and report generation Enable inventory management of supply items to include spares and consumables. Manage system engineering and configuration changes. Ability to communicate with supported and supporting Maintenance Repair and Overhaul (MRO) systems. Provide users with the ability to create custom "dashboards" to visually display alerts, statuses, key performance metrics, and custom data elements. Upload new and updated aircraft and vehicle configuration data to support maintenance and supply actions. Interface with electronic technical publications (interactive or otherwise) to support maintenance actions by making publications available for the end-user, or provide the ability to store and retrieve technical publications (e.g. user manuals, troubleshooting guides, illustrated parts breakdown, inspection manuals) Hardware and software exportable to foreign military partners. Software configurability by Military Operators and Maintainers. User/Operator Training, including availability in foreign languages. IV. RFI Response Format and Inclusions: Responses must be in written form using 12 Point Font and submitted electronically on 8.5" X 11" paper. Use Microsoft® Office, (*.docx, *doc, or Abode * pdf, or a compatible format). Submission must be clear and concise and include no Public Relations material. No page count limits. Your package must include the following: company name and mailing address; point of contact name, telephone number and email; company CAGE code. The response should include responses to the "Technical Data Packages" and "Product Marketing Information" sections listed below. a. Technical Data Packages (TDP): The TDP may include software documentation, specifications, standards, models, drawings, associated lists, quality assurance provisions, and packaging details intended for technical audiences. This information will be used to evaluate vendor responses against technical system requirements. DoD Technical Data Package documentation and standards can be found at: http://quicksearch.dla.mil/qsDocDetails.aspx?ident_number=276980 b. Product Marketing Information (PMI): The RFI response must include comprehensive system specifications, features, functionality, and business requirements listed below. Please limit to no more than 30 pages. 1.) System Compatibility: The RFI response should discuss what systems and software the proposed system interfaces with, exchanges information with, and its Application Programming Interfaces (API). 2.) DoDAF Architecture: The RFI response will include representative OV-1and OV-2, as defined by the Department of Defense Architecture Framework version 2.02. (http://dodcio.defense.gov/Library/DoD-Architecture-Framework/) 3.) Security : Response will include documentation on applicable system security measures, standards, and protocols used. 4.) Minimum System Requirements (MSR): Discuss MSR and identify required network bandwidth, processor performance, computer generation, operating system assumptions for running the LIMS. 5.) Business Areas, Functions and Work flows: RFI response should discuss the business processes, functions and work flows that the system supports. Provide a description as to how the proposed system provides, handles or supports the following: Interactive forms Intuitive and easy end-user graphical interface with wizard-style input for multi-step processes Configuration management of end items and sub-items (e.g. Aircraft, engines, vehicles, components, LRU's etc.) Test and support equipment management (TMDE, general support equipment, etc.) Supply chain management to include, inventory, ordering, receiving, shipping, warranty tracking etc. Transportation management Maintenance actions and planning (e.g. categorization, scheduled / unscheduled actions, facility scheduling, work order assignment, etc.) Job Data Documentation Scheduled and completed operational events (e.g. missions, operational hours, etc.) Inspection and required maintenance actions (Time Change) or intervals. Equipment or Personnel Transfer. Technical Order Management (e.g. Publication changes or revisions, etc.) Personnel Subsystem / Manpower resources management Training Management Subsystem to include training records management Operational Reporting of mission data Finance and Accounting to include budget forecasting 6.) Accessibility: Discuss how the LIMS can be accessed with-in a country's network and via the internet to support 1 to 50 locations. 7.) Software and Software Licensing: Discussion of the proposed software package and operating system software, to include software patch update process; security updates; version updates; imbedded software, (databases, anti-virus, operation systems, etc.) Details on the software licensing model: Single time buy; annual subscription; by sites, by seats, enterprise, etc. Options for customized software modules with purchase of intellectual property rights of said modules. Identify which spoken languages the software package/system is able to process, display, provide help screens for, be trained in, and have manuals written in, etc. Post system acceptance technical support options, including dependencies. 8.) Testing: Details on the test and developmental environment for system acquisition and its deployment. 9.) System Growth/Capacity: Details on the system's capacity to include its ability to support configuration changes and modification capability. 10.) Product Background: History of the software. Describe whether it is the result of organic development efforts, acquisition/merger, or both. List number of current customer installations. 11.) Deployment Timeline: A general discussion of proposed actions required prior to deployment and implementation of system, and time to implement and achieve Full Operational Capability. 12.) Localization : Provide details, capabilities and limitations of solution in other languages IV. Important Notes: Proposed technologies must be releasable to foreign governments in accordance with the International Traffic in Arms Regulations: (https://www.pmddtc.state.gov/regulations_laws/itar.html). Contact: Responses should be e-mailed to the following AFLCMC/HBNK points of contact only: juliann.mariani.1@us.af.mil,jessica.bryan.1@us.af.mil. All RFI correspondence and questions regarding this announcement shall be submitted in writing by e-mail to Ms. Mariani at the email address above. Verbal questions will NOT be accepted. Questions will be answered by periodic posting to the FedBizOpps website; accordingly, questions shall NOT contain proprietary or classified information. Due Date: Responses to this RFI must be received no later than 9:00 am EDT on Monday 28 August 2017. [Note: The information provided is for the Air Force's market research and is given understanding the AF has no obligation to pay for the information. The information may be used in developing a request for proposals (RFP) but does not obligate the AF to issue an RFP or contract. Any proprietary information submitted may be used as a general concept but specific information will be safeguarded as proprietary, if so marked.]
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b9a0f2572adfb6c0a7efc9f9a85ffd01)
 
Place of Performance
Address: Hanscom AFB, Massachusetts, 01731, United States
Zip Code: 01731
 
Record
SN04599484-W 20170728/170726232344-b9a0f2572adfb6c0a7efc9f9a85ffd01 (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.