Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2021 SAM #7028
SOURCES SOUGHT

70 -- Advanced Skills Management (ASM) software application

Notice Date
2/23/2021 3:56:52 PM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
NAVAL UNDERSEA WARFARE CENTER KEYPORT WA 98345-7610 USA
 
ZIP Code
98345-7610
 
Solicitation Number
N0025321R0012
 
Response Due
3/26/2021 3:00:00 PM
 
Archive Date
03/26/2022
 
Point of Contact
Erin Malinski, Phone: 3603154762, Karen Smith, Phone: 3603962594, Fax: 3603967036
 
E-Mail Address
erin.malinski@navy.mil, karen.l.smith@navy.mil
(erin.malinski@navy.mil, karen.l.smith@navy.mil)
 
Description
Request for Information (RFI) for Training Management Solutions 1. Introduction This Request for Information (RFI) is in accordance with the Federal Acquisition Regulation (FAR) Part 15.2 and is published only to obtain information for use by Naval Under-Sea Warfare Center Division Keyport, (NUWC DK), WA, and Program Executive Officer, Aviation Common Systems & Commercial Services-PEO(CS), Naval Aviation Training Systems and Ranges Program Office (PMA-205), Patuxent River, Maryland. 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 government to award a contract as a result of this announcement. Further, the Navy is not at this time seeking proposals and will not accept unsolicited proposals in response to this RFI. Respondents are advised that the government 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 expense of interested party. Not responding to this RFI does not preclude participation in any future RFP, if issued. If a solicitation is released, it will be synopsized on the federal business opportunities (FBO) website. It is the responsibility of the potential offerors to monitor this website for additional information pertaining to this requirement.� Information provided herein is subject to change and in no way binds the government to solicit or award a contract.� 2. Objective NUWC Division Keyport and PEO (CS)/PMA-205 are seeking industry input to identify potential solutions for an improved and cost effective off-the-shelf replacement for the Advanced Skills Management (ASM) software application.� The ASM application is web-based software that contains all coding, databases, and tables necessary to track technical training across a person�s career, validate knowledge and skill sets, and provide a feedback system to manage the training process.� It utilizes Commercial-Off-The-Shelf (COTS) Information Technology (IT) hardware (servers, switches, and controllers), software (operating systems, anti-virus and other utility software) material, and a software application and database to deliver the web-based, ASM application.� The Navy owned and operated ASM system, currently in sustainment, supports qualifications, certifications and licenses for over 250,000 user accounts for United States Navy (USN) and United States Marine Corps (USMC) personnel, both military and civilian.� ASM manages over 3 million required training tasks, qualifications/certifications/licenses (QCL).� ASM users include, but are not limited to: USN & USMC aviation maintenance, Littoral Combat Ships, Naval Expeditionary Combat Command, Information Warfare Training Group, Commander Navy Surface Squadron Five, Naval Public Affairs Support Element, Commander Fleet Readiness Centers, Naval Ordnance Safety and Security Activity, and Military Sealift Command Ships.��� NUWC DIV Keyport and PEO (CS)/PMA-205 are specifically interested in systems with the following characteristics: Open architecture Cloud hosting solution approved by the Department of Defense to include bandwidth capabilities for deployed forces Core system security, ability to maintain cyber security readiness Information Assurance compliance, Approved Authority to Operate (ATO) Extended software service life for enhanced supportability Enhanced user interface Business Intelligence tools for enhanced training and personnel readiness analysis Migration of all data fields and current information and interfaces with Legacy system Maintain user data interfaces with various other Navy and USMC enterprise data management systems Micro services and modern data structure in accordance with Navy Compile to Combat in 24 hrs (C2C24) initiative Data Analytics, Data reporting, Data Warehousing, reports capability The NAICS code assigned to this acquisition is 541511 with a size standard of $27.5 million dollars. 3. Requested Information The responder is requested to provide detailed information in response to the following: A. A description of your company�s past experience on previous projects similar in complexity to these requirements.� Include contract numbers, a brief description of the work performed, including experience with securing systems per DOD cybersecurity requirements, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). B. A brief overview of the proposed solution. C. A technical description of the proposed solution. It should also address the current status of any ongoing development.� This should also cover the process and schedule required to gain an Authority to Operate (ATO) for the proposed application as well as process to become Privacy Information Act and SCORM compliant. D. Describe the following attributes of the potential solution. If a specific attribute is estimated or unknown, so state: Functionality of the system shall contain all current ASM functionality outlined in Appendix A in addition to basic Qualification/Certification/Licensing core down to task based level.� If not, describe the process, to include cost and schedule, to bring solution up to current functionality. Software development efforts required to migrate all legacy ASM data and users to an off the shelf software solution. Process to provide key interfaces listed in Appendix A and the required efforts to transition those interfaces to new solution. Plan to support; Data Base Administration, Material requisitions, Master Task Lists, DON/DOD Risk Management Framework. Ability to take customer training processes and adapt them to appropriate Training Management System functionality. Process to implement new customers. Life cycle costs and non-recurring costs associated with the off the shelf solution.� Detail any licensing fees associated with the product. Detail costs based on ground rules and assumptions and identify how historical costs align with the maintenance strategy.� Assume base year and three option years for period of performance. Detail these costs in appendix B or a format of your choosing. Identify risk areas in supporting the maintenance concept. Software/hardware logistics support strategies/processes in support of the proposed system with respect to sustainability and supportability to include Configuration Management, Systems Engineering Plan and Records Management. Data right restrictions associated with the product.� Detail any Government modification restrictions. Ability to maintain cyber security readiness.� Specifically detail how the product will support DoD and DoN Cybersecurity requirements scan, STIGS, IAVAs and HBSS support. Detail costs and effort associated in this area (Appendix B). Cloud hosting solution and associated accreditations External/internal bandwidth provided with the product.� Provide cost information and possible additional costs associated with increasing bandwidth. Page load times expected based on the external bandwidth based on estimates of 2-4K concurrent users. Storage size that would be provided with the application and the costs associated with storage size and increasing storage size. Process for defining new requirements. Detail staffing requirements by year to support maintenance concept. E.�A schedule which outlines development, production, and fielding efforts required to replace the Navy�s current ASM system without loss of functionality or user access, to include: Development Interface Transition User Information Transition Cloud accreditation Cybersecurity accreditation Test Production Fielding 4. Responses All interested, capable, and responsible sources that wish to respond to this RFI, please respond with a white paper via electronic mail no later than Friday, March 26, 2021 at 3pm (15:00) PST. Please limit responses to no more than 15 pages, 12 point font, not including preprinted information material. �Interested sources may provide multiple responses, one per potential solution, to this RFI. All responses must be unclassified.� DO NOT SEND ANY CLASSIFIED INFORMATION. Ensure only .pdf, .doc or .xls documents are attached to your email. All responses must include the following: State whether you are a small or large business, if you are the manufacturer or provide the name of the manufacturer and size info of product you would be offering and the socioeconomic status and indicate small disadvantaged or woman-owned business, veteran owned, service disabled veteran owned, 8(a) historically black college or university or minority institution (HBCU/MI), or a historically underutilized business zone (HUBZone) Provide sales history including recent sales to commercial companies of similar products Advise if your product is a commercial item or if it will be modified; if not commercial at this time, will you be offering this item to the general public in the future. Advise if you have the item on a GSA schedule or other Government contract include front page of schedule and the page showing the part is on award Provide Point of Contact including: company/ institute name, address,� phone number and email address Provide assigned Commercial and Government Entity (CAGE) Code Verify if your company/institute is listed in the System for Award Management (SAM) State if your company is domestically or foreign owned (if foreign owned, please indicate the country of ownership) Please submit responses via electronic media to: Primary POC: Erin Malinski Contracts NUWC Division Keyport Phone: 360-315-4762 Email:� erin.malinski@navy.mil Secondary POC: Karen Smith Contracts NUWC Division Keyport Phone: 360-396-2594 Email: Karen.l.smith@navy.mil 5. Questions If you have any specific questions relating to the above referenced information please submit them in written format to the Contracting POC�s listed above. Contracting Office Address The United States Naval Undersea Warfare Center Division, Keyport, (NAVSEA) 610 Dowell Rd. Keyport, WA, 98345-7610, United States
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2f05fb2a0d85456c85779917dcc84a7a/view)
 
Record
SN05924821-F 20210225/210223230117 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.