Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2003 FBO #0723
SOLICITATION NOTICE

R -- Program Management Support of the Tunner (60k) Aircraft Cargo Loader

Notice Date
11/18/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611
 
ZIP Code
31098-1611
 
Solicitation Number
FA8519-04-70440P
 
Response Due
12/9/2003
 
Archive Date
12/24/2003
 
Point of Contact
Cyndi Brinkley, Contract Negotiator, Phone (478)222-1917, Fax (478)222-1854, - Patricia (Lauren) Farrell, Contract Specialist, Phone (478)222-1895, Fax (478)222-1854,
 
E-Mail Address
Cyndi.Brinkley@robins.af.mil, Lauren.Farrell@robins.af.mil
 
Description
This is a sole source requirement for Professional Program Management Support for the Tunner (60K) Aircraft Cargo Loader for a basic twelve month period with two one-year options. Place of Performance: Robins AFB. Firm fixed price contract to Cage Code 1MET4, Bob Freeman Consulting, Inc., 206 Cartwright Dr, Bonaire GA 31005-3902. Authority: 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, only one or a limited number of responsible sources, and no other supplies or services will satisfy agency requirements. Electronic procedures will be used for this solicitation. Approximate issue date of solicitation is 4 Dec 03. All potential offerors should contact the buyer, Cyndi S. Brinkley at 478-222-1917, for additional information and/or to communicate concerns, if any, concerning this acquisition. See Notes 22 and 26. QUALIFICATION REQUIREMENTS: The following skills and experience are required by the contractor: A systems engineer with at least 15 years experience with ACAT I and II programs utilizing Total Systems Performance Responsibility (TSPR)-based acquisition and TSPR based long term CLS. The contractor must have a good working knowledge of OLVIMS, OLVIMS Increment 2 acquisition, CAFVIMS, and CARS data systems. The contractor must have experience in the evaluation and application of AFI 63-1201 OSS&E. The contractor must have experience developing computer-based analysis tools, developing MS Access databases, developing monte carlo based simulations, utilization of Risk Matrix, creation and maintenance of MS VPN communications channels, customization of WS FTP communications software, and development of integrated master plans and schedules with MS Project. DESCRIPTION OF REQUIREMENT: The contractor shall provide contractual services consisting of technical and engineering analyses, and expert consulting services. The Contractor shall provide expert engineering services pertaining to product lifecycle management (PLM), not available in the Government. These services shall consist of program architecture development, technical risk assessment and mitigation development, OSS&E implementation, requirements analysis, configuration management, reduction of total ownership costs (RTOC), qualification of sources, maintenance of certifications, modeling and simulation of sub-systems, analysis of earned value management system (EVMS), fleet management, and field performance analysis. The contractor shall assist the SPO with development of processes, procedures, and associated data systems for complete product lifecycle management. The contractor shall evaluate weapon system or end item vendor product lifecycle management processes and data systems and provide recommendations. The contractor shall ensure correct applications of DoD and USAF policies for all technical and programmatic data to be used and/or delivered to the USAF. The contractor shall assist in the development of lifecycle strategies for the Tunner and Halvorsen programs. The contractor shall provide inputs for the SAMP(s) and other program documentation as applicable to each program. The contractor, through application of systems engineering practices, shall assist the SPO in ensuring integration between the technical and business processes utilized by the SPO. The contractor shall assist the SPO in developing and executing the various programs IAW the concepts and framework of ISO/IEC 15288 - System Life Cycle Processes, EIA-632 Standard - Processes for Engineering a System, and ISO 9000:2000 - Quality Management System. The contractor shall provide the SPO guidance on ensuring compliance with AFI 63-1201 Operational Safety, Suitability, and Effectiveness (OSS&E). The contractor shall assist in the identification of technical and programmatic risks for all aspects of each of the SPO assigned programs and development of mitigation strategies and associated plans. The contractor shall provide technical assistance for the application of MIL-HDBK-61A - Configuration Management and EIA-649 Standard - Configuration Management to each program. The contractor shall assist the SPO to ensure the programs operate IAW AFI 63-1101 Modification Management for fielded systems. The contractor shall provide analysis of each program?s total ownership cost. The contractor shall ensure each program manages change within the construct of RTOC. The contractor shall support the program in the selection and qualification of sources of supply and repair within the framework of OSS&E. The contractor shall provide recommendations in development of Memorandums of Agreement (MOAs) and SLAs as necessary for supplies provided by other agencies and/or services. The contractor shall provide technical evaluation of all EVMS generated data. The contractor shall provide maintenance and sustainment of the wInsight EVMS computer toolset database(s). The contractor shall assist the SPO/AMC fleet management team. The contractor shall provide recommendations to the SPO to develop new concepts and policies to assist the USAF in managing the field level movement of assets. The contractor shall conduct performance analyses and trend analyses of the fielded system assets. The contractor shall assist the SPO in developing field data system requirements and associated interfaces. The interfaces include D200, G021, CARS, OLVIMS, and the new OLVIMS Increment 2. Per direction of the SPO, the contractor shall coordinate with SSG and AF/ILGV on interface requirements as documented in the Tunner/ Halvorsen Interface Requirements Agreement. The contractor shall maintain the Tunner Unique Communication software package.
 
Place of Performance
Address: Robins AFB GA
 
Record
SN00472019-W 20031120/031118212108 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.