|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 20,2000 PSA#2625HQ SSG/PKT4 200 East Moore Drive Bldg 888, Room 2028 Maxwell-Gunter
Annex AL 36114-3000 D -- AUTOMATED INFORMATION SYSTEM DESIGN AND INTEGRATION SERVICES SOL
ILSS0003 DUE 070700 POC Rosa L. Shannon, 334-416-6264 WEB: ILSS
QUALIFICATION PACKAGE CRITERIA, www.herbb.hanscom.af.mil. E-MAIL: Click
Here to E-mail the POC, rosa.shannon@gunter.af.mil. The Headquarters
Standard Systems Group (SSG) of the Air Force Materiel Command (AFMC)
is conducting a qualification review to determine highly competitive
sources capable of providing software development services in support
of Increment II of the Integrated Logistics System Supply (ILS-S)
Program. This Request for Information pre-solicitation notice is in
accordance with FAR 15.202, Advisory Multi-Step Process. Background
Information: The ILS-S Program Office (HQ SSG/ILS) intends to select a
component application developer. This is NOT a Request For Proposal
(RFP), Invitation For Bid (IFB), or an announcement of a solicitation.
The ILS-S Program will modernize AF-wide retail supply management,
replacing the 30-year old legacy Standard Base Supply System (SBSS).
The modernized system must seamlessly integrate with other logistics
systems, providing total asset visibility, facilitating
regionalization, and enabling the war fighter to control, order,
receive, and exploit materiel in a cheaper and more efficient manner.
When fully implemented, ILS-S will be operational at over 100 main Air
Force and NATO operating locations, and more than 200 satellite
locations world-wide. The modernized system will operate on the Global
Combat Support System -- Air Force (GCSS-AF) Integration Framework,
which utilizes a "component-based" architecture. A component
application development contract will be awarded using full and open
procedures at a future date. NO SOLICITATION IS AVAILABLE AT THIS TIME.
The overall ILS-S acquisition strategy consists of two overlapping
increments. Increment I is a technical refresh of the existing SBSS.
Increment II includes both business area integration activities, and
the component development effort. SSG Software Factory is accomplishing
the SBSS technical refresh, while GCSS-AF business area integration
will be performed by the existing contractor, Lockheed Martin Owego,
NY. Key activities for Increment I are to web-enable the legacy system
and move to an open systems environment. The task for Increment II is
to develop a componentized retail supply system, and field these
components on the GCSS-AF Integration Framework. The component
development contract will have a term of up to ten years, including the
potential for sustainment. Work scope consists of the development and
sustainment of application components necessary to replace the SBSS. It
also allows for the probability of developing and sustaining common
functionality components for the other retail supply systems (AFEMS,
IPMS, CAS-B, DO35K). The Government plans to issue an ID/IQ contract
award. Specific activities will be task order driven. Contract award is
planned for December 2000. Pricing will be negotiated in accordance
with FAR Part 15. The SIC code for this effort is 7373. This effort
will employ an evolutionary "spiral" development methodology to define,
develop, integrate and field ILS-S components. This approach allows the
Government maximum flexibility in identifying and prioritizing
component functionality, while enabling the developer to incorporate
on-going "lessons learned". Most importantly, an incremental approach
allows the user to receive fielded versions of the system much sooner
when compared to traditional "big bang" development. Preparation
Instructions for Qualification Packages: Goals of the ILS-S acquisition
strategy is to reduce proposal preparation costs for industry (early in
the process) by identifying only those sources deemed "Highly
Competitive", and reduce Government resources required to evaluate a
large number of offerors. Therefore, this solicitation process will be
conducted in two phases. In Phase One, the Government intends to
review the past performance, qualifications, and capabilities of
interested sources in order to identify "Highly Competitive" teams. 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
will allow interested sources an opportunity to more accurately assess
their chances for selection as the component developer. Phase Two is
the solicitation. Phase One consists of two elements: Element One: The
Air Force is seeking teams with significant experience relevant to an
effort of this scope, complexity, and size. Therefore, interested
teams must submit a qualification package of no more than 10 pages
clearly describing the team 's experience and qualifications to
develop, field, and sustain the ILS-S. Qualification package criteria
may be found on the Hanscom Electronic RFP Bulletin Board (HERBB) @
herbb.hanscom.af.mil. The file name is "ILSS Qualification Package
Criteria". All status and future solicitation information and any
updates and changes will also be announced on HERBB. We encourage all
sources to register and check the HERBB Page often for additional
information. Documents describing ILS-S capabilities and evaluation
qualification criteria will be published on the web in the very near
future. Element Two: A bibliography furnishing recent past performance
information and Client Points of Contact (POC) that must relate to the
team experience described in the qualification package. Work must be
ongoing or have been completed during the past three calendar years. A
maximum of 10 contracts may be submitted, one page per contract. This
past performance information shall include: Contract number(s);
Contract name; Total Contract value; If Subcontract, value of the
subcontract; Performance period; Contract summary of work performed;
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 the
contracts cited in support of the qualification areas. Contractor
format is acceptable. Also, please include up to a 2-page summary of
each team member's corporate history. Documents must be provided in 12
pitch font, single spaced format, MSOffice 2000 compatible. Submit one
hard copy (and one electronic copy via e-mail) of the qualifications
packages and past performance information to Ms. Rosa Shannon, HQ
SSG/PKT-4, 200 East Moore Drive, Bldg 888, Room 2028, Maxwell-Gunter
Annex, AL 36114-3000. E-mail: rosa.shannon@gunter.af.mil. These
documents are due by 7 July 2000. 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. To facilitate responses, a second Industry Day has been
organized to occur on 29 June 2000. Topics for discussion will be ILS-S
Acquisition Strategy, GCSS-AF Integrator roles and responsibilities,
and this pre-solicitation notice. 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 Mr. Melvin W. Carr, HQ SSG/PK, (334)
416-5323. See Note 26. Posted 06/16/00 (A-SN465788). (0168) Loren Data Corp. http://www.ld.com (SYN# 0026 20000620\D-0010.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|