Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 31,1995 PSA#1273

HQ 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