Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 4,1998 PSA#2044

Commander, Naval Air Systems Command (Code 2.2), 47123 Buse Road, Bldg 2272, Patuxent River, MD 20670-1547

70 -- AVIATION SQUADRON MANAGEMENT SYSTEM SOFTWARE!! POC Jeanette Platt, Phone # (301) 757-7080!! E-MAIL: plattj.jfk@navair.navy.mil, plattj@navair.navy.mil. The Naval Air Systems Command of the Department of the Navy is conducting market research to seek qualified sources capable of providing commercial off-the-shelf (COTS) software for a fully integrated applications software system to support a wide range of management activities in aviation squadrons. The Navy, in compliance with DOD Regulation 5000.1, seeks a commercial or non-developmental item (NDI). The terms commercial and non-developmental are used here as defined in DOD Regulation 5000.2R, Section 3.3.1.1. If no suitable COTS or NDI systems are found through this announcement, then a follow-on solicitation will seek alternative sources of supply. Contract award will be based upon "Best Value" approach to permit the Government to have tradeoffs among cost or price and non-cost factors and allow the Government to accept other than the lowest priced proposal. To determine best value, the Government will test and technically evaluate the proposed systems; and, evaluate past performance and price proposals from all offerors. The Navy intends to procure this system to improve operational effectiveness and to fulfill a statutory requirement to invest in information technology to make operations more efficient. Squadron activities to be supported by this integrated system include command, operations, training, safety and maintenance. The system will integrate squadron management functions and serve as the core system for squadron operational management support. The system will provide a key component of a Defense Information Infrastructure, Common Operating Environment, DII COE-compliant system of systems in support of aviation squadrons, their operational wing staffs and air-capable ships. Other components of that system of systems not subject to this procurement will include the Naval Aviation Logistics Command Management Information System (NALCOMIS), the Ship Non-tactical ADP Program (SNAP), the Maintenance Resource Management System (MRMS), the Joint Mission Planning Segment (JMPS), and the Integrated Shipboard Information System (ISIS)/Aviation Data Management And Control System (ADMACS). The vendor software must be delivered in compliance with DII COE Level 4 specifications. The software must run under the Microsoft NT operating system in a Navy Information Technology (IT) 21 environment. All system hardware and software other than the integrated applications system defined in this announcement will be Government Furnished Equipment and Information (GFEGFI). A single integrated system is sought. Subsystems of that system will include: (a) Operations Management Subsystem supporting external tasking coordination, aircrew scheduling management, aircraft scheduling management, aircraft configuration management, management of schedule execution, allocating aircraft to missions, mission support data entry, and monitoring and alerting on violations of regulations; (b) Brief/Debrief Management Sub-system responsible for the management of the various aspects of the squadron's pre-flight brief and post-flight debrief activities; ( i) briefing support and kneeboard card production, including flight support data such as aircraft/aircrew assignments, aircraft spot locations, call signs, frequencies, etc.; (ii) debriefing support includes collecting post flight operational and training data such as fuel and flight hours data, safety events, scores in all mission types. It shall provide for squadron and personal flight and training data display. It shall manage a library of debriefs and provide flexible reports summarizing the squadron flight activities; ( c) Training management subsystem, allows the Training Officer in the squadron to plan the training activities in the squadron. The activities could be assigned to a group (course) or to a person (personal syllabus). Features will include planning flight activities, construction of personal training program (TP), monitoring the various aspects of TP execution at all levels, managing planned resource usage (fuel and flight hours), displaying planned resource usage versus actual usage, creating a library of syllabus events, and creating aircrew personal training records; (d) Maintenance Management Subsystem, the main tool used by Maintenance Control Center to coordinate maintenance with operations. This system in operational use will exchange data with NALCOMIS where appropriate. Subsystem capabilities include monitoring incoming aircraft and configuration requests (ACRs) from operations, assigning aircraft to ACRs, managing squadron aircraft and weapon systems configurations, creating and managing an aircraft configurations library. It will provide aircraft views including required and actual systems, required and actual external stores and ordnance configurations, and malfunctions. Additionally, this subsystem will monitor and alert on violations of regulations, monitor maintenance work center operations and support maintenance personnel management; (e) Commanding Officer Subsystem, keeps the squadron commander (and XO and Command Duty Officer as desired) fully updated with all the aspects of the squadron activities. The sub-system monitors all of the major management sub-systems currently installed in the site; (f) Server Subsystem, a dual server operations will be required. Test items must be ready for delivery by 1 June 1998. The duration of the contract period is the term required to complete testing, not to exceed one year from delivery date. The applicable SIC code for this type of effort is 7372. This survey is for information and planning purposes only. This information will be used to determine whether or not sufficient interest and capability exists to justify procurement via "full and open" competition. No solicitation package exists at this time. No award will be made from any responses to this synopsis. Interested sources are requested to submit a package delineating qualifications and capabilities for meeting the requirements described above as well as references substantiating past performance on like or similar efforts within thirty (30) days from the posted date to the Contracting Officer, Naval Air Systems Command, AIR-2.2.1.1.2, 47123 Buse Road, Unit 453/IPT Bldg, Patuxent River, MD 20670-1547. Point of contact for additional information will be Contract Specialist Jeanette Platt at (301) 757-7080. NAVAIR Synopsis No. 20062-98. ***** (0061)

Loren Data Corp. http://www.ld.com (SYN# 0270 19980304\70-0010.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page