SOURCES SOUGHT
U -- This is a sources sought synopsis to determine the availability of subject matter expertise to The Facility Readiness Evaluation System (FRES)
- Notice Date
- 12/1/2020 12:21:02 PM
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
- ZIP Code
- 23511-3392
- Solicitation Number
- N0018921RZ020
- Response Due
- 12/7/2020 12:00:00 AM
- Archive Date
- 12/22/2020
- Point of Contact
- Esteffani Liriano, Esteffani.liriano@navy.mil
- E-Mail Address
-
esteffani.liriano@navy.mil
(esteffani.liriano@navy.mil)
- Awardee
- null
- Description
- This is a sources sought synopsis to determine the availability of subject matter expertise to The Facility Readiness Evaluation System (FRES) which is a CNIC application that provides the only source of data for facility readiness used by OPNAV, CNIC, Regions, Installation, and Warfare Enterprises and Providers. FRES gives the Navy the capability to specify unclassified facility readiness and to fully evaluate facility condition and capacity. FRES was created to provide installations with easy access to unclassified facility readiness data. It is the only application that provides the ability to query for facility readiness data or to view rolled-up data. Responding to high-level taskers, data calls and briefs requires the ability to query for rolled-up facility readiness data and to export in an unclassified report, so it can be used to answer an unclassified tasker. No previous sources sought was posted. FRES gives the Navy the capability to specify unclassified facility readiness and to fully evaluate facility conditions and capacity. In addition, these services provide the current status of facilities for assigned Shore Capability Areas and Shore Tasks while assisting in prioritizing programs and projects and making decisions for the allocation of Navy resources. CNIC is seeking to continue the development and management of the FRES Program that will be offered to program enrollees for the Navy.This is a performance-based service acquisition to provide systems engineering, integration, training, life cycle support, installation, and management support. This effort is designed to capture and display detail facility readiness data for CNIC installations. This effort includes the software engineering, software integration, setup, installation, testing, training, and life cycle support of FRES. This task includes the program management support, requirements definition, system design, integration, test, system support and lifecycle support of FRES. This effort also provides life cycle support services for modernization of the FRES application and ensures compliance with DoD and Navy standard Information Technology (IT) policies including DoD Defense Information Infrastructure Common Operating Environment (DII/COE), mobile code, Information Control, Task Force Web (TFW), NMCI and FORCENET. This effort provides for integration with the internet Navy Facility Assets Data Store (iNFADS) to result in a FRES application that allows Installations, Regions and CNIC Headquarters to have the ability to access and manage Navy facility readiness capabilities. Specific technical requirements for FY21 include: � Hands on experience with Microsoft SQL Server, Map Controls, .NET Core and Angular. � Experience with configuring servers with STIG Compliance. � Experience with Security Control Compliance. � Strong understanding an experience with the Integration between the FRES and SimNAVY applications. � Strong understanding of and experience in working with the Facility Cost of Ownership tool. � Strong understanding of and experience in working with the Installation Loading and Port Loading tool and Berthing Algorithms. � Strong understanding of and experience in working with the Strategic Laydown Plan. � Experience in working with Geospatial Data generated by Navy application, GRX. � Strong understanding of iNFADS Integration to include supporting the receipt and processing of weekly iNFADS data from NITC. � Strong understanding of TFMMS Integration to include supporting the receipt and processing of the monthly TFMMS data. � Strong understanding of and experience working with the Tenant Loading Tool. � Providing System Development Life Cycle (SDLC) Support to the FRES application and ensuring proper integration with iNFADS. � Deep understanding of the iNFADS Activity, Facilities, Planning and Category Code Modules, in addition to other customer-provided data elements, to generate facility readiness reporting with resolution down to the week. Because of the complexity of the data calculations which FRES displays, this vital historical knowledge is necessary to maintain the integrity of the application. Data integrity is protected by anticipating and preventing undesired alterations that could cause unintended consequences. � Providing additional charts and dashboards to support Warfare Enterprise/Providers that depict facility readiness information. � Improving the usability of the Warfare/Enterprise (WE/P) View�s Facility Query Report. The current report wizard for the WE/P view is still rather complicated with its multiple groupings and settings. The interaction between the groupings/settings and the final result is not clear and easily understood. The contractor will need to come up with a way to make this more clear and easy to use. � Add a Chart Builder that will automatically generate the appropriate charts displaying the data selected. For instance, a Chart Builder can be added to the Facility Query Report to generate in chart format the data displayed in the query. � Add more selections and functionality to the FRES trending Charts (such as PRV, facility count, SMS Reqts, etc) and add the capability for the data trending points to be exported in a spreadsheet. � Deep understanding of Fleet Dispersal data from the Strategic Laydown Overview and update the SimNAVY tool each year with ship and squadron data from the latest Strategic Laydown. � The contractor shall add the capability to move squadrons in the SimNAVY tool. The contractor shall provide ability to analyze the impact of squadrons being moved from one installation to another. The contractor shall develop icon representatives of Navy planes and develop and implement a software methodology in SimNAVY that models whether an installation can adequately support the planes and squadrons when they move. � Implement the capability to display unclassified authorized billet data associated with moving a Navy organization when creating scenarios in the SimNAVY tool. This authorized billet data will not be Personally Identifiable Information (PII). � Develop and set up a classified SimNAVY on a classified NMCI server, so that it can display ship classes, moves, and homeports from the classified Strategic Laydown. � Within the SimNAVY tool, identify data needed to provide impact to �gaining� and �losing� installations when a military unit is moved between installations, to include but not limited to: � Base population change � Healthcare capacity � Unit populations � Child development center capacity � Base utilities � Operational capacities (runways, piers, etc) � Identify assumptions needed to analyze �gaining� and �losing� installation impacts and generate warning flags when results are outside certain government provided parameters. Examples of warning flags include but are not limited to: � Medical care adversely impacted � Child care/school adversely impacted � Economic impact to community adversely impacted � EMS services adversely impacted � Utility services insufficient � Add the capability to move squadrons in the SimNAVY tool. The contractor shall provide ability to analyze the impact of squadrons being moved from installation to another. The contractor shall develop icon representatives of Navy planes and develop and implement a software methodology in SimNAVY that models whether an installation can adequately support the planes and squadrons when they move. The resultant contract will consist of a period of performance commencing on June 22 2021 through June 21 2022 for a period of one year with four (4) one-year option periods. The estimated level of effort (LOE) for the base period and every twelve �month option period is 10,960 labor hours of professional services. A total estimated LOE of 54,800 labor hours of professional services for the contract. It is the Government�s intent to issue a firm fixed priced contract. The anticipated base year period of performance is 22 June 2021 to 21 June 2022 with four (4) one-year option periods. Interested offerors possessing the requisite skills, resources, and capabilities necessary to perform the stated requirement are invited to respond to this market research survey/source sought synopsis by providing their capability information via the submission of an executive summary, no more than five (5) pages in length. The submission shall include the following information: (1) company name, address, point of contact with corresponding phone number and email address; and business size; and (2) relevant corporate experience information. Relevant corporate experience information is defined as experience that is of the same or similar, magnitude, and complexity to that which is described herein. This relevant corporate experience information should identify the applicable contract number; contract dollar value, a description of the relevant services, and a customer point of contact with corresponding telephone number and email address; (3) demonstrate the contractor�s reach back ability to provide personnel with the necessary qualifications and expertise for the varying estimated levels of effort. All submissions are required to be submitted via email to Esteffani.liriano@navy.mil no later than 3:00 pm (local time/Philadelphia, PA) on 7 December 2020. Please direct any questions concerning this sources sought synopsis to Esteffani Liriano at Esteffani.liriano@navy.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/082a0b070f5e48359c1c186dfe9d411a/view)
- Record
- SN05864019-F 20201203/201201230142 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |