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