|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 3,1997 PSA#1984Materiel Systems Contracting Division, 4375 Chidlaw Road Rm C022,
Wright-Patterson AFB OH 45433-5006 D -- FIRST QUALIFICATION SCREENING SOL F33657-98-R-0350 POC Jeffrey
Glendenning, Contracting Officer, MSG/PKA, (937) 257-3380 WEB: Click
here to view FIRST Homepage,
http://www.afmc.wpafb.af.mil/organizations/ESC/FN. E-MAIL: Click here
to e-mail PCO, glendej@wpgate1.wpafb.af.mil. 17. The Electronic Systems
Center is using an innovative, streamlined approach to select a
contractor for the Financial Information Resource SysTem (FIRST)
acquisition. NO SOLICITATION IS AVAILABLE AT THIS TIME. FIRST will be
a five-year, $25M-$35M effort encompassing Department of Defense (DoD)
installations nationwide. The FIRST Home Page address is:
http://www.afmc.wpafb.af.mil/organizations/ESC/FN FIRST is a budget
system modernization effort sponsored by the Air Force Deputy Assistant
Secretary (Budget). FIRST is a program designed to replace legacy
budget systems with a modernized system architecture in order to
provide Air Force financial managers with an integrated information
system. FIRST will serve as the foundation for the corporate Air Force
Planning, Programming, and Budgeting System (PPBS) environment. FIRST
will be implemented on a client/server network with distributed
processing at Headquarters Air Force, Major Commands (MAJCOMs), and
base installations. Currently there are three separate automated budget
management systems which support each echelon in the Air Force budget
process. These include the Automated Budget Interactive Data
Environment System (ABIDES), serving the Secretariat/Air Staff; Command
Budget Automated System (CBAS), serving MAJCOMs; and the
Microcomputer-Based Automated System (MicroBAS), serving installation
budget office and resource advisors. These systems run on three diverse
platforms in a mix of different software programming languages. They
have no automated interfaces with each other and few with other
systems. FIRST will provide enhanced financial management functionality
in a single system common to all users (Pentagon to base level) for
funds management and chronology, budget formulation, budget execution,
and cost modeling. Our vision is to build FIRST using a spiral
development methodology governed by a general statement of functional
requirements. FIRST will allow the Air Force to take advantage of
Information Technology advancements. A great deal of work has been
accomplished to identify and document new business practices and
establish a requirements baseline. As we progress through FIRST,
successive software releases will incrementally replace existing budget
management systems. Current systems will be maintained until the same
capabilities have been fielded in the new system. Old systems will not
generally be turned off until their functional capability has been
completely replaced by FIRST. During the transition there may be some
instances where users may be required to use a combination of existing
and new programs until FIRST is completed. Each software release will
be field tested, corrected, installed on central servers, and
publicized well in advance of release for operational use. In summary,
FIRST will be a single Air Force-wide standard budget system
incorporating electronic funds transfer and data sharing capabilities
within budget and related functional areas resulting in a
near-paperless business process environment. It will combine functional
process improvements, a well-designed relational database, a dynamic
report writer, and standardized data elements. FIRST will be built with
flexibility and intent to share data with related functional areas. All
of this will be connected to the standard suite of Windows office
automation. FIRST will provide budget personnel, worldwide, with a
flexible system capable of meeting new requirements with emerging
technology. The Government intends on making one award, in the
aggregate, for all tasks to be performed under this contract. Contract
award is planned for April 1998 with initial deliverables twelve
months later. The objective of the FIRST acquisition strategy is to
reduce proposal preparation costs for industry (early in the process)
by identifying only those sources deemed "best qualified" for the FIRST
acquisition and reduce Government resources required to evaluate a
large number of offerors. Therefore, the FIRST acquisition will consist
of two phases. In Phase One, the Government intends to review the
qualifications and capabilities of interested sources in order to
identify "best qualified" firms. The Small Business determination will
be made as a part of this process. The SIC for this acquisition will
be 7373. The source's experience as a subcontractor can be considered
as meeting qualification criteria but should clearly show "clarity of
responsibility" for the work performed as the subcontractor. Phase One
consists of three elements: (1) Customer surveys will be performed to
assess past performance (2) A 15 page qualification package (which
covers the areas described below) will be evaluated (3) Up to a
four-hour demonstration will be required. Although all sources are
eligible to participate in the source selection (Phase Two of this
solicitation), Phase One will allow interested sources the opportunity
to more accurately assess their chances for selection as the FIRST
contractor. Those sources determined to be "best qualified" will
interact with the Government to formalize the Request For Proposal
(RFP). Element One: A bibliography furnishing past performance Points
of Contact (POC) which MUST relate to the experience described in the
qualification package is required. This past performance information
will include: (1) Contract number(s) (2) Contract name (3) Contract
value (total contract value and, if Subcontract, value of the
subcontract) (4) Performance period (5) Principal customer points of
contact with phone number, FAX number, E-mail address, and mailing
address (If Subcontract, provide POC for the Prime contract). This past
performance information will be used to verify the experience and level
of customer satisfaction on each of the contracts cited in support of
the qualification areas. Contractor format is acceptable. Also, please
include a short 1-2 page summary of your corporate history. Neither
the bibliography nor the corporate history will be counted against the
total response page count. Element Two: The Air Force is seeking
sources with significant recent experience (within the last 18 months)
relevant to a requirement of this scope and size. Therefore,
interested sources must submit a qualification package of no more than
fifteen pages clearly describing the source's depth of experience and
understanding of the FIRST requirements in the following three areas:
(1) Designing, developing, and integrating large, complex financial
information systems for multiple on line transaction processing users
at numerous geographically dispersed sites worldwide (2) Migration of
multiple, dissimilar, custom-designed, legacy databases to a single
seamless data structure of classified and unclassified data, while
maintaining the interfaces to the existing systems (3) Managing a
multi-disciplined team for incrementally designing, developing, and
implementing a financial information system in a Rapid Application
Development/JointApplication Development Environment. Contractor format
is acceptable. However, for ease of review, each response should be
sectioned by the areas listed above. Element Three: The demonstration
will be used to assess your capability in designing and developing
financial information systems. The requirement to be demonstrated will
be specified in a subsequent CBD announcement to be published by 3 Dec
97. We encourage all sources to check the FIRST Home Page often for
additional information. For example, the checklist the Government will
use to evaluate the qualification packages will be published on the
web in the very near future. Responses to this CBD announcement must be
submitted in hard copy on company letterhead, signed by a corporate
officer, and on virus free electronic media (3.5 inch floppy disk,
readable in Microsoft Word (Office 97), Times New Roman font, size 12
point. Page size shall be 8.5 x 11 inches (not including fold-outs),
with one-inch margins, and single spaced. Submit past performance
information either via FAX (937) 257-4009 or E-mail:
glendej@wpgate1.wpafb.af.mil Past performance information and corporate
history is due by 1700 Eastern Standard Time (EST), 12 December 1997.
The demonstrations will be conducted from 12 Jan 98 through 23 Jan 98.
We will notify each source of the exact date for their demonstration.
Submit the qualifications packages to MSG/PK, Attention: Mr. Jeff
Glendenning, 4375 Chidlaw Road, Room C022, Wright-Patterson Air Force
Base, Ohio, 45433-5006. The 15 page qualification package is due by
1700 EST, 19 December 1997. The transmittal letter will not be counted
against the total response page count. The Government will conduct a
qualification review based on the responses. Respondents must indicate
whether they are large, small, small- disadvantaged, woman-owned, and
whether they are foreign or domestically owned and controlled. An
Ombudsman has been appointed to hear concerns from offerors or
potential sources. The purpose of the Ombudsman is not to diminish the
authority of the Program Manager or Contracting Officer, but to
communicate offeror 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 the proposals or in the source selection process. The
Ombudsman should only be contacted with issues or problems previously
brought to the attention of the Program Manager and/or the Contracting
Officer which could not be satisfactorily resolved, or issues that
require contractor confidentiality. The Ombudsman for this acquisition
is Colonel Lee H. Hughes (617) 377-5106. Note 26 applies. (0335) Loren Data Corp. http://www.ld.com (SYN# 0021 19971203\D-0005.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|