|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 31,1995 PSA#1273HQ Electronics Systems Center, Director of R&D Contracting, (ESC/PKR),
104 Barksdale Street, Hanscom AFB, MA 01731-1806 A -- BROAD AGENCY ANNOUNCEMENT (BAA) #AV95-01 INTEGRATED MAINTENANCE
DATA SYSTEM (IMDS) CONCEPTUAL STUDIES AND DEMONSTRATIONS POC Major
James Cromer, ESC/AVR, 617-377-6104/6123; ESC/PKR, 617-377-2519
Contractual Contact: Director ESC/PKR, 617-377-2529. The Air Force (AF)
Electronic Systems Center (ESC) invites proposals for a conceptual
study and demonstration related to the Integrated Maintenance Data
System (IMDS) Program (pre-milestone zero program). At the present
time, the current AF maintenance information systems use many separate
computers/software to store information about the state of repair of
thousands of subsystems, parts, test devices, maintenance actions, etc.
required to keep the AF assets in operational state. These systems have
been developed independently, with a resultant overlap of functionality
and incompatible representations of the same information. Excessive
manual and duplicative human attention is currently required to enter
the basic data, resolve inconsistencies, and correlate the reports
produced by the different systems. In the future, the overall goal of
IMDS is to exploit and implement current and emerging automated
maintenance information systems and technologies, where feasible and
cost effective. The AF has directed ESC/AVR to accomplish concept
studies and demonstrations in calendar year 1995 to investigate new
methods. Proposals are desired that provide concept studies and
demonstrations relative to the IMDS migration strategy. ESC/AVR
estimates that four (4) $500K contracts will be awarded. The proposals
should be written for an eight month period of performance with the
demonstration to be conducted during approximately the fifth or sixth
month. The proposal should address the following areas of interest: (1)
CONCEPTUAL STUDY. Contractor shall research and recommend a technical
approach, consisting of architecture and methodology, to guide the
evolution of Air Force maintenance information systems toward
satisfaction of the following: (a) Integrate all current and emerging
automated maintenance information systems into a standards-based, open
systems architecture employing modern database, client/server, and
graphical user interface technology; (b) Enable all users of
maintenance information to access it as a single logical data
repository, without regard to the technical characteristics and
location of the system or systems in which the information resides; (c)
Enable incremental improvement, re-deployment, and replacement of the
underlying information systems while preserving the user view of
maintenance information as a single logical data repository. (2)
DEMONSTRATION. At an Air Force location to be specified, the Contractor
shall demonstrate the recommended technical approach by providing a
prototype system with the following minimum characteristics: (a)
Ability to access the following three legacy systems: Core Automated
Maintenance System/Reliability Maintainability Information System
(CAMS/REMIS); Tactical Interim CAMS and REMIS Reporting System
(TICARRS); and Air Mobility Command's Maintenance Reporting System
(G081). The demonstration shall evidence adding, updating, and
retrieving data with the identity and location of the target legacy
system transparent to the user. (b) Link Integrated Maintenance
Information System (IMIS) technology with each of the legacy systems,
with the target legacy system being selectable for purposes of
demonstration and otherwise transparent to the user. (c) Provide a
common, graphically based, user interface that: Does not require
repetitive entry of the same data element; provides local data edit
checking; appears the same to the user regardless of the legacy system
being accessed; and supports a variety of videoterminal devices. (d)
Allow the use of various communication links to access the legacy
systems. The demonstration shall cover a period of thirty days
commencing in the fifth or sixth month after contract award. Contractor
shall provide on-site technical support of one shift per day during
this period. (3) DELIVERABLES. Contractor shall prepare a technical
report documenting the conceptual study and the demonstration
(Contractor format is acceptable). The Contractor shall provide any
collected technical and cost summary data that can be used by the
Government in preparing the Preliminary Functional Economic Analysis
(Contractor format is acceptable). The Contractor shall provide a copy
of the monthly cost expenditures to ESC/AVR/PKR. The Contractor shall
present the study and demonstration status/results at a Technical
Interchange Meeting (TIM) to be held two months after contract award at
the Contractor's plant and at a Vendors Day to be held at Hanscom AFB
after completion of the demonstrations (Contractor format is
acceptable). A pre-proposal conference will be held at the Phillips
Laboratory Science Center Auditorium, Building 1106, Hanscom AFB, MA
from 8:30 a.m. - 12:30 p.m. on Tuesday, 14 February 1995. The purpose
of the conference will be to provide information on the demonstration
interfaces sufficient to prepare proposals (CAMS/REMIS, TICARRS AND
G081 legacy programs as well as the Armstrong Lab IMIS and F-16 IMIS
prototypes) and answer potential offeror's questions. The conference
and all proposals are to be UNCLASSIFIED. Proposals shall consist of
three sections: Section I, Proposal Summary and Management Approach;
Section II, Technical Proposal; and, Section III, Cost Proposal.
Section I, Proposal Summary and Management Approach, shall include the
following, within a maximum of three pages: (1) Offeror technical and
administrative points of contact including telephone and facsimile
numbers and E-mail addresses; and (2) Management approach describing
key personnel and milestone schedule. Section II, Technical Proposal,
shall include the following, within a maximum of eight pages: (1)
Clearly explain the offeror's proposed technical approach to the study;
(2) Identify the processes, methods, and procedures proposed for
demonstrating the approach; and (3) Set forth the reasons for
recommending the technical and demonstration approaches. The page count
for Sections I and II shall include all figures and references. Section
III, Cost Proposal, shall be submitted as a separate document and
include the following: (1) Cost proposal valid for a period of one
hundred and twenty days from the date of submission; (2) Shall include
a Standard Form 1411, Department of Defense (DD) Form 2222-1 and
2222-2 (educational and non-profit firms only), and DD Form 1861
(Contract Facilities Cost of Money), including supporting cost detail,
as required; and (3) Proposal costs must be broken out by topic area
(study and demonstration) and by Government Fiscal Year. There is no
page limit for Section III, Cost Proposal. The proposal shall be
submitted on standard 8.5 x 11 paper, double-spaced, in at least twelve
point font, margins not less than one inch, one-sided printing, pages
numbered, and appropriately bound. Proposals will be selected for award
after review by the Government. The following are essential evaluation
factors, listed in descending order of importance: (1) Overall
technical merit and relevancy of proposed architecture to IMDS; (2) The
Offerors ability to achieve proposal objectives; and (3) reasonableness
and realism of proposed costs and fee, if any. Proposals received in
response to this announcement will be deemed to be in accordance with
the Competition in Contracting Act of 1984. ESC reserves the right to
select for award, any, all, or none of the responses received in this
announcement. The cost for proposal preparation is not considered an
allowable direct charge to the resulting contract or any other
contract. It is however, an allowable expense to the normal bid and
proposal indirect cost specified in FAR 31.205-18. Offerors are
cautioned that only Government Contracting Officers are legally
authorized to commit the Government. Proposals are to be submitted for
the entire task defined. It is the Government's intent to share the
information obtained from these studies at future IMDS Vendor Days and
in the preparation of the IMDS implementation RFP for release in FY96
for an FY97 competitive award. If protection is desired for
proprietary or confidential information, the offeror must mark the
proposal with a protective legend in accordance with FAR 52.215-12.
Refer also to the ''Proprietary Information'' and ''When and How to
Submit'' sections of the Air Force Materiel Command (AFMC) Unsolicited
Proposal Guide (copies will be available at the pre-proposal
conference). AFMC Form 190 is not applicable to Broad Agency
Announcements. Every effort will be made to protect the confidentiality
of the proposals and evaluations. Proposals containing a more
restrictive legend shall not be considered. It is the Government's
intent to use the services of non-government personnel as a special
resource for evaluation of the proposals. These contractors are
restricted by their contracts from disclosing the proposal information
or using it for purposes other than performing the evaluation.
Contractor personnel have signed non-disclosure statements. If an
offeror desires, a list of non-government evaluators can be made
available prior to evaluation of the offeror's proposal. The original
and five copies of each proposal should be sent to ESC/AVR, 20
Schilling Circle, Building 1305, Hanscom AFB, MA 01731-2816. Private
delivery firms can deliver to the address above. Proposals submitted in
response to this announcement must be received at the above address no
later than 4:00 p.m. (EDST), 15 March 1995. Responses should reference
BAA# AV95-01. Before submitting a proposal, offerors are encouraged to
contact Major James Cromer, ESC/AVR, telephone 617-377-6140/6123, if
they have questions of a technical nature. For contractual issues and
cost format issues, contact Mr. John Flaherty, Director of R&D
Contracting, ESC/PKR, telephone 617-377-2529. An Ombudsman has been
appointed to hear concerns from offerors or potential offerors during
the proposal development phase of this acquisition. The purpose of the
Ombudsman is not to diminish the authority of the program manager or
contracting officer, but to communicate 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 selection process.
Interested parties are invited to call Colonel Thomas J. Mackey at
telephone 617-377-5106. The Ombudsman should only be contacted with
issues or problems that have previously been brought to the attention
of the program manager and/or contracting officer and could not be
satisfactorily resolved at the level. (0027) Loren Data Corp. http://www.ld.com (SYN# 0021 19950130\A-0021.SOL)
A - Research and Development Index Page
|
|