Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2006 FBO #1600
SOURCES SOUGHT

D -- GDSS2 FY08 Acquisition Sources Sought

Notice Date
4/12/2006
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Contracting Flight (HQ AMC/A7KF), 507 Symington Drive Room W202, Scott AFB, IL, 62265-5015
 
ZIP Code
62265-5015
 
Solicitation Number
Reference-Number-GDSS2-FY08-Acquisition
 
Response Due
5/5/2006
 
Description
GDSS2 FY 08 Acquisition Sources Sought The United States Air Force, Headquarters Air Mobility Command (HQ AMC) is seeking source or sources for the contemplated follow-on contract or contracts for the Global Decision Support System (GDSS) 2. This Request for Information (RFI) is issued for informational and planning purposes only. This is not a Request for Proposal (RFP). It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals nor will any award be made as a result of this synopsis. The Air Force will NOT be responsible for any costs incurred by interested parties in responding to this request for information. This FedBizOpps notice is an announcement seeking market information on businesses capable of providing the services as described herein. AMC is currently conducting market research to determine qualified, experienced, and interested potential sources. The information requested by this RFI will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. Should a future requirement(s) evolve from this preliminary planning process, it is anticipated the period of performance will be a base year plus four one-year option periods. For purpose of this synopsis, the North American Industry Classification System (NAICS) Code is 541512, Network Systems Integration Design Services, and the small business size standard is $6.5M. In addition to NAICS code 541512, the following NAICS codes may apply: 541511 Custom Computer Programming Services, 611420 Software Application Training, 5416 Management, Scientific, Technical Consulting Services, 541330 Engineering Services, and 561110 Business Management Services. The Global Decision Support System (GDSS) 2 program is designed as a spiral development effort in order to learn, define, and refine key capabilities throughout the development effort. The purposes of the GDSS 2 are to eliminate redundant functionality, improve mission data integrity and reliability, increase functionality to users, and to provide a common operational view of air mobility information, tailored for force-level, wing-level, deployed/theater and operational support users in a single, seamless and integrated system. The objectives for GDSS 2 are (1) to enable the Mobility Air Force (MAF) 2 to globally support the war-fighter with modernized, comprehensive capabilities framed in a readily accessible global Information Technology system available to all air mobility decision makers regardless of organizational level, (2) to integrate the Command and Control Information Processing System (C2IPS) and Global Decision Support System (GDSS) functionality into a modernized, fully integrated global MAF command and control system, (3) to include updated technology to allow for greater efficiency and usability. In addition to the program?s original consolidation objective, the Integrated Management Tool (IMT) was identified during the spiral process to also migrate to MAF2, and (4) to provide common knowledge base through centralized training and commonality of systems. It is anticipated the contractor will be required to provide: (1) Program Management Support and Systems Integration Support, (2) Training, (3) Software Development, and (4) Test and Evaluation. In addition to this notice, a complete Sources Sought Package is available upon request. The Sources Sought Package contains additional information regarding the four areas of Program Management Support, Training, Software/Systems Development, and Test and Evaluation, and includes an informational GDSS brochure. The approximate size of the Sources Sought Package is 10MB. Please send your email request for the Sources Sought Package to Mr. Matthew Bowen, Contracting Officer, matt.bowen@scott.af.mil. The requested information will not be sent to a PO Box. If your firm has an interest in proposing on the requirements described above, please provide to Mr. Matthew Bowen, Contracting Officer, matt.bowen@scott.af.mil, the following general information and technical background describing your firm?s experiences in contracts requiring similar efforts to meet the program objectives. Please use no more than 4 type-written pages using 10-point type or larger. Published literature may be any number of pages. In the case of software development products, pictures and illustrations are preferred. General Information: a. Company name, address, point of contact (POC), telephone number, fax number, e-mail address, company size (small, large business); if small, indicate type (8(a), small disadvanatged business, HUB zone, minority-owned, woman-owned, veteran-owned, etc.). b. Indicate which program segment (i.e., Program Management/Integration Management Support, Software Development, Automated System Testing & Evaluation, Training) your firm has the capability and experience necessary to provide a best value proposal. c. Provide any published marketing literature describing your firm?s products and services, your firm?s website that further highlights your firm?s capabilities. d. Provide a statement describing the level of US DOD security clearance classification held by your firm. Past/Current Performance Background: a. Contract identification number(s) b. Title and a brief summary of the objective of the effort c. Contracting agency or firm (Government or commercial) d. Value of the contract(s) e. Type of contract(s), i.e., fixed price, cost reimbursement f. Any incentives offered by the customer(s), e.g., award fee or term incentives g. References receiving the services described in paragraph. Please include name, address, and contracting/technical activity POC to include telephone number and email address. Questions: a. What are the customary warranties or other customer no additional cost, after market/sales support offered? b. What are the national or international quality standards predominantly used in your industry (provide examples if available)? c. What is your normal pricing and payment arrangements (i.e., fixed price, labor hour contract, etc./ up-front payment, invoicing monthly, etc)? d. What is your normal workload grouping for the four anticipated tasks ((1) Program Management Support and Systems Integration Support, (2) Training, (3) Software Development, and (4) Test and Evaluation)? In other words, do you normally provide these services as a turn-key operation (all under one contract), separate contracts, or base it on customer requirements? e. Are there any customary contract terms and conditions (provide examples if available)?
 
Record
SN01026623-W 20060414/060412221538 (fbodaily.com)
 
Source
FedBizOpps 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.