Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 19,1996 PSA#1577

AMC Contracting Flight, AMC CONF/LGCFC, 102 E. Martin St, Rm 216, Scott AFB IL 62225-5015

69 -- JOINT OPERATION PLANNING AND EXECUTION SYSTEM (JOPES) TRAINING SOL FA4452-96-R-0003 DUE 071596 POC Gary Steinkamp, Contract Specialist, 618-256-1900 ext 263, or Cheryl Smith, Contracting Officer, 618-256-1900 ext 262. Utilizing the Streamlined Source Selection Procedures prescribed by Air Force FAR supplement (AFFARS) Appendix BB, the AMC Contracting Flight anticipates issuance of a competitive Request for Proposal (RFP) on or about 15 Jul 96 for contractor support to provide program management, system administration and technical support, and curriculum administration and distribution, to the United States Transportation Command (USTRANSCOM) Joint Operations Planning and Execution System (JOPES) Joint Training Organization (JTO). Additional tasks will include course instruction and curriculum development and maintenance to be ordered via task orders as the requirements arise. The services provided will include training of JOPES, Global Command and Control System (GCCS), and Global Transportation Network (GTN) functional users and functional data base managers, management and updating of new and existing training documentation, and JOPES and GCSS hardware and software maintenance. JOPES has been designated as the National Command Authority's (NCA) Command and Control System, encompassing a single unified planning and execution system integrating and improving planning and deployment management capabilities. JOPES incorporates the policies, procedures, reporting structure, and underlying Worldwide Military Command and control System (WWMCCS) Information System (WIS) to plan and conduct joint military operations. JOPES supports the entire scope of joint planning. This includes the development of plans in peacetime, mobilization, deployment, and sustainment of forces during a crisis situation, and the redeployment of forces. The successful contractor will be required to coexist within the JTO, located at Scott AFB IL. Course instruction will be done at Scott AFB IL and other locations worldwide in concert with a contingent of military instructors. The Government anticipates a fixed price, Indefinite Delivery Indefinite Quantity, type contract with a basic period of performance to extend through the fiscal year in which award is made and four additional 1 - year option periods. Annual course instruction for the basic period of performance is estimated as follows: Instructor Training Course - 4 annually, JOPES Basic Operations Course - 81 annually, JOPES Functional Manager's Course - 6 annually, JOPES Specialty Course - 31 annually, GTN Executive Course - 6 annually, GTN Users' Course - 60 annually, GTN Functional Manager's Course - 6 annually, and GTN Specialty Course - 24 annually. Alternate proposals will not be solicited. The contractor will be required to possess a TOP SECRET facility clearance at time of contract award. The SIC Code for this acquisition is 8299 and the Small Business (SB) size standard is $3.5 Million. This acquisition will be unrestricted and open to large, small and small and disadvantaged offerors. All interested offerors, including SBs should, as early as possible but not later than 15 days of this notice, indicate their interest by providing evidence as to its capability to perform this effort, and a positive statement of their eligibility as a large, small, small disadvantaged, or woman owned business concern. Capability statements will be evaluated by the Government to determine a potential offeror's technical capability to develop curriculum, instruct courses, and start-up plans to be come proficient in JOPES, the approach management intends to take to staff the organization, control work performance, and use facilities, and the skill and experience of contractor personnel including their understanding of JOPES, GTN, GCCS, WWMCCS, and the USTRANSCOM mission. The capability statements shall specifically include the following information which will be evaluated by the Government to determine the offeror's potential capability of performing the services required: 1. The offeror's recent/relevant past performance related to WWMCCS, GCCS, JOPES, GTN curriculum development and worldwide training.. 2. The offeror's past performance in the use of MIL-STD- 1379-D and specifically the ISD process in accordance with AMF 36-2234 and AF Handbook 36-2235, Vols 1 through 11. 3. The offeror's past performance in developing and continuously updating detailed training documentation, to include Course Catalogs, Training Manuals, Instructor Handbooks, 35 MM slides, graphic training aids, course handouts, etc. 4. The offeror's ability to provide instructors and developers who possess Top Secret security clearances, a minimum of one year relevant/recent experience and extensive (minimum 2 years) JOPES/GTN functional expertise, to include, hands-on Joint Planning and Execution experience. 5. The offeror's past performance or ability to provide Database Administration, Functional Management and System Administration to support Jopes in the GCCS client/server architecture, to include, loading, troubleshooting and maintaining JOPES/GCCS related software. An additional 50 plus non -- --GCCS personal computers and peripherals must be similarly supported. The following are examples of Government provided hardware: SPARC 5 workstation, HP Laser Jet IV printer, SPARC station 20 server, SUN 1000 server, PC (486 or pentium, Apple Laser Writer. 6. The offeror's past performance and ability to provide graphics courseware production (still images, 3D images, animated images and multi media authoring support for VHS video courseware), CD-ROM courseware and World Wide Web (WWW) production/maintenance (pages, images, image maps, Interactive common getaway scripts) for the National Center for Supercomputing Applications (NCSA), Hypertext Transport Data Protocol Daemon, (HTTPD) server on the Global Command and Control System (GCCS), Secret Internet Protocol Network (SPIRNET) classified (Secret) local area network and the Netscape Communications server on the WWW Internet. Those respondents to this synopsis whose capability statements meet the screening criteria will be considered potential sources for this acquisition. Those respondents not meeting the screening criteria will be so notified by the Contracting Officer. Only those respondents considered as potential sources will be included on the sources list for this acquisition. However, a respondent who has been notified that he fails to meet the screening may be added to the source list to receive a copy of the resultant solicitation by submitting a written request to the Contracting Officer. All interested companies shall indicate their business size, facsimile number, and ZIP PLUS FOUR. Receipt of any resultant RFP cannot be guaranteed if the ZIP PLUS FOUR is not provided. (0108)

Loren Data Corp. http://www.ld.com (SYN# 0410 19960418\69-0001.SOL)


69 - Training Aids and Devices Index Page