Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 13, 2010 FBO #2972
SOLICITATION NOTICE

D -- INTEGRATED LOGISTICS SYSTEM-SUPPLY SERVICES

Notice Date
1/11/2010
 
Notice Type
Presolicitation
 
Contracting Office
200 East Moore DriveMaxwell AFB- Gunter Annex, AL
 
ZIP Code
00000
 
Solicitation Number
R2320
 
Point of Contact
Kameke Mitchell kameke.mitchell@gunter.af.mil
 
E-Mail Address
E-mail the POC
(kameke.mitchell@gunter.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Integrated Logistics System-Supply (ILS-S)Information Technology ServicesSources Sought Synopsis/Request for Information (RFI)07 January 2010 The Headquarters 754th Electronic Systems Group (HQ 754 ELSG) Base Level Supply Section (ILSS) is seeking potential sources via this REQUEST FOR INFORMATION (RFI): This is a sources sought synopsis (SSS) ONLY. No solicitation is available at this time. Requests for solicitation will not receive a response. The Air Force (AF) is seeking potential sources for a single contract vehicle to develop, modify, test, implement, and sustain the suite of software components that constitute the Air Force base level supply automated information system (AIS) collectively identified as the Integrated Logistics System - Supply (ILS-S). BACKGROUND: ILS-S is the over-arching program name for an integrated family of components supporting base-level supply chain management. ILS-S provides supplies and equipment support to Air Force, Air Force Reserve, and Air National Guard units at fixed operating bases and forward operating locations. ILS-S is utilized at 300-plus sites Air Force-wide. This synopsis is for Government information and planning purposes only and does not, by its issuance, restrict the Government to the ultimate acquisition approach. The Government will not reimburse any potential contractor for any cost associated with preparing or submitting a response to this request for information. OVERARCHING REQUIREMENT/ GOAL: The contract vehicle will encompass the range of skills necessary to augment the ILSS Program Management Office (PMO) in the accomplishment of the many tasks necessary to sustain the ILS-S family of systems, which includes support for the Mobility Inventory Control Accountability System (MICAS) sustainment as described herein. Sustainment of ILS-S follows the HQ 554th Electronic Systems Wing (ELSW) System Engineering Process (SEP). The SEP is a software development life cycle (SDLC) methodology with clearly defined policies, procedures, standards, templates and compliance requirements. The ILSS PMO may also use the Rational Unified Process (RUP) to develop and sustain the modernized components of ILS-S. The Contractor must be familiar with both SEP and RUP processes. The sustainment process includes coordination with external stakeholders and customers, operational systems and database administration, identification and research of defects, development and analysis of new requirements, elaboration and documentation of requirements and defect fixes, coordination of interface agreements, development of test cases, traceability of requirements and test cases, execution and of test cases, functional interpretation and analysis of test results, documentation of test results, development of various reports required by the SEP, making code changes to the Standard Base Supply System (SBSS) to correct defects and provide new functionality as approved, and updating supply publications and manuals. Sustainment also includes generating responses to comply with Security, Interoperability, Supportability, Sustainability, and Usability (SISSU) requirements for systems accreditation. THE CONTRACTOR WILL BE REQUIRED TO: Provide qualified services to meet ILSS support requirements for the systems. In summary, the contractor shall provide services to include fully qualified functional expertise and knowledge of the Integrated Logistics System-Supply (ILS-S) family of systems and associated business processes and interfaces or fully qualified functional expertise and knowledge of a similar logistics system and associated business processes and interfaces. The Contractor shall provide services in developing functional requirements, to include: drafting requirements documentation, conducting peer reviews, performing functional research and analysis, and coordinating with interfacing partners and other external stakeholders. The contractor will develop and execute test plans, write code and integrate software units, and prepare test analysis reports. The testing will include unit, integration, function, system, and interface tests as appropriate. REQUIRED PERSONNEL SKILLS: Special concentration is required in embedded SBSS financial business rules, Expeditionary Combat Support System (ECSS), and Nuclear Weapons Related Material (NWRM) Positive Inventory Control (PIC) initiatives. The contractor shall also provide expertise for developmental unit and integration testing, operational testing, and 2nd-tier help desk customer support, to include customer coordination, problem analysis, initial fault isolation, and user administration. Lastly, the Contractor shall provide Information Assurance Management (IAM) support, which includes the activities necessary to maintain full and interim system certification and accreditation. PERIOD/PLACE OF PERFORMANCE: Potential award with a base (1 year) and four 1-year option periods is the anticipated period of performance. The place of performance is Maxwell AFB-Gunter Annex in Montgomery, Alabama. INSTRUCTIONS FOR RESPONSE:.Responses to this RFI are for Official Government use..Submit a ten-page (maximum) paper describing the items listed above. The responses should be formatted as follows:oPage size shall be 8.5 x 11 inches; foldouts are permitted but will be assessed towards total page count. oPages shall be single-spaced. The font shall be Times New Roman and the font size shall be no less than twelve (12) point. Use at least 1-inch margins on the top and bottom and inch side margins. oResponses shall also include information regarding the following: (a)the level of contractor's interest (likelihood of submitting a proposal as a prime contractor), (b)potential teaming arrangement if likely to submit a proposal, (c)What experience does the contractor's employees have that is considered relevant to these systems? (d)What type of legacy system functional experience does your team have? Explain the legacy system experience specific DoD and industry standards, policies and processors they are familiar with?(e)What experience does your team have with Electronic Data Interchange (EDI)? Explain?(f) Does your team have experience with using ILS-S system or a similar logistics system? If so, explain? (g)Explain your capability to develop software patches and maintenance fixes?.Also provide the following information:oCompany name and addressoPoint of Contact for questions and/or clarificationoTelephone number, fax number, and email addressoCompany size (i.e. number of employees and annual revenue)oBusiness sizeoDUNS numberoCAGE CodeoNorth American Industry Classification System Code (NAIC) 541512 CAPABILITIES PACKAGE: Interested parties must submit a capabilities package, with a cover letter, that is brief and concise, yet clearly demonstrates ability to meet the stated requirements with sufficiently qualified personnel. The capabilities package should clearly present evidence that the interested party is fully capable of providing the required services and as such may contain any information that the interested party feels is relevant. OMBUDSMAN (AUG 2005): (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 <http://www.whitehouse.gov/omb/circulars/a076/a76_rev2003.pdf> competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact The ESC Ombudsman, located at Hanscom AFB, MA, serves as the Ombudsman for all of ESC, including its GSUs. The Ombudsman hears concerns about specific issues in acquisitions, communicates those concerns to ESC/CC, ESC's Deputy for Acquisition (DC(A)) or ESC's Deputy for Support (DC(S)) from industry or Government personnel, and assists in the resolution of those concerns. The Ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes, nor does the Ombudsman diminish the authority of the program manager, contracting officer, or source selection official. When approached with an issue or query the Ombudsman independently assesses the situation and provides a response or initiates a resolution, and when requested, will maintain confidentiality as to the source of the inquiry. Contact information for the ESC Ombudsman is as follows:Name:ESC OmbudsmanAddress:ESC/CSBldg 16069 Eglin StreetHanscom AFB, MA 01731Telephone #:781-377-5106Facsimile #:781-377-4659E-Mail:ESC.Ombudsman@hanscom.af.mil (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. All interested, responsible firms must submit their written responses NO LATER THAN 1200 (NOON) CENTRAL STANDARD TIME (CST) ON 08 February 2010. The Air Force will not pay for any information, documentation, and/or data submitted in response to this notice. Responses must be E-mailed to Ms. Kameke Mitchell at kameke.mitchell@gunter.af.mil/(334) 416-5506 and Ms. Sharon Stallings at sharon.stallings@gunter.af.mil/(334) 416-1659.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/R2320/listing.html)
 
Record
SN02039152-W 20100113/100111234407-9f757ef91ff2d98b2fc49f6b9e21795f (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.