Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 20, 2022 SAM #7537
SOURCES SOUGHT

99 -- Staging Facility Inventory Management System

Notice Date
7/18/2022 1:03:54 PM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N68335-22-RFI-0285
 
Response Due
8/2/2022 2:00:00 PM
 
Point of Contact
Sheila Battaglia, Phone: 7323234045
 
E-Mail Address
sheila.l.battaglia.civ@us.navy.mil
(sheila.l.battaglia.civ@us.navy.mil)
 
Description
REQUEST FOR INFORMATION PURSUANT TO FAR 15.201(e) - 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 contract for any supply or service whatsoever.� Further, the government is not at this time seeking proposals and will not accept unsolicited proposals.� Responders are advised that the U.S. 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 interested party�s expense. �Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Proprietary information will be safeguarded in accordance with the applicable Government regulations. �Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTS The Naval Air Warfare Center (NAWC) Lakehurst (LKE) Division is soliciting information and comments from industry on its ability to provide software code development and upgrades to the Staging Facility Inventory Management System (SFIMS). The current SFIMS is Microsoft .NET based system with C Sharp based software code. The SFIMS database resides on an Oracle based server utilizing SQL code. The purpose of SFIMS is to manage NAVAIR programs acquired Aircraft Launch And Recovery Equipment (ALRE) and Support Equipment that is intended for future Ship installation and/or Aircraft site activations. The SFIMS software code is organically developed and owned by the Naval Air Warfare Center Aircraft Division (NAWCAD) located at Lakehurst, New Jersey. Additional requirement is to support evolving and emerging user requirements with developing enhancements and additional functionality. Support the rewrite of the Staging Facility Inventory Management System (SFIMS) database software code when required. Modify, as needed, and maintain the Oracle database, the Navy Marine Corps Intranet (NMCI) based desktop user interface, the handheld tablet device programs to meet these requirements, and trouble shoot label printers used by SFIMS to print labels.� The SFIMS application interfaces with the NAVAIR Support Equipment Management System (SEMS) to retrieve reference data for support equipment (SE) used during normal processing of SE material in the staging facility. Additionally, SFIMS provides data to identify SE material movement while updating the SEMS inventory sub-system to provide visibility to the fleet of staging facility managed SE. RESPONSES Requested Information Section 1 of the response shall provide administrative information, and shall include the following as a minimum: Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated point of contact. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business). Country of origin for main component(s) Section 2 of the response shall provide technical information, and shall include the following as a minimum: Interested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned attributes. �Reponses that include information detailing potential tradeoffs or alternative solutions is encouraged. Respondents should provide a detailed description of the following characteristics of their solution in their submission: Knowledge and experience with developing Inventory Management System used within a warehouse environment to include the following areas Correct functional discrepancies in the desktop user interface, refactoring code where possible to improve source-code maintainability, improve code readability and reduce complexity. Test, integrate, and maintain SFIMS and hand held scanners software code. Incorporate new features, emerging needs, and enhancements. Test software update/changes prior to incorporating into production database Support scanner program to run on handheld devices when required. Maintain, troubleshoot, and resolve emergent problems with handheld scanners. Enhance the receiving procedure software code to better model current business processes, including development or modification of the application to validate and verify Item Unique Identification (IUID) data through both SFIMS and WAWF before generating Unique Item Identification (UII). Maintain utility to verify and validate IUID data before transmission to IUID Registry. Maintain interface with IUID registry through DLA Transaction Service. Maintain and enhance features that support interface with Navy Enterprise Resource Planning (NERP) and Defense Logistics Agency (DLA) Warehouse Management Solution (WMS). Add features to support Staging Facility relocation to DLA Mechanicsburg. Interface with the NAWCAD Patuxent River Data Center personnel to resolve SFIMS connectivity issues to include accessibility and print capability for the handheld tablets. Troubleshoot problems with the wireless network, handhelds, database, label & barcode printers, and NMCI desktop user Interface. Provide support for other wireless systems in Staging Facility. Support NAVAIR IT personnel in efforts to correct problems and respond to emerging network, security and IUID requirements. Support various Staging Facility reports and programs, such as COMPARE. Verify, validate and register IUIDs in the Department of Defense (DoD) registry. Maintain and enhance features/functions that support interface with Support Equipment Management System (SEMS). If applicable and able, respondents shall include a list of Department of Defense (DoD), Department of Justice (DoJ) or Department of Homeland Security (DoHS) programs of record that currently employ their services.� It would be helpful if a sponsor POC for each program, with email address and phone number could be identified. The Government is interested in receiving vendors� price lists for items they believe meet the need in this RFI.� Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA. ADDITIONAL INFORMATION In response to this RFI, respondents shall submit written responses, not-to-exceed ten (10) pages in length via electronic mail.� Product specification, sketches, or listings of authorized distributors will not count toward the page limitation.� The Government is interested in identification of any proprietary data, if any.� The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited.� Proprietary information will be safeguarded in accordance with the applicable Government regulations.� All information received in response to the RFI that is marked PROPRIETARY will be handled accordingly.� The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. �Responses to this RFI will not be returned.� Respondents will not be notified of the result of the review.� Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued.� Information provided in no way binds the government to solicit or award a contract.� If a solicitation is released, it will be synopsized on the Beta System for Award Management (SAM) website: www.sam.gov. It is the potential vendor�s responsibility to monitor this site for the release of any follow-on information. HOW TO RESPOND Interested parties are requested to respond to this RFI with a PDF Document Format.� Responses shall be limited to 10 pages and submitted via e-mail only to sheila.l.battaglia.civ@us.navy.mil. �Proprietary information, if any, should be minimized and must be clearly marked. �Responses are due no later than 02 August 2022, 5:00 P.M. EST. Responses to this RFI will not be returned. �Respondents will not be notified of the result of the review.� If a solicitation is released, it will be synopsized on the SAM website: www.sam.gov.� It is the potential vendor�s responsibility to monitor this site for the release of any follow-on information.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f294081da14748d6be08b53ddf2d3dbc/view)
 
Record
SN06393065-F 20220720/220718230103 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.