|
COMMERCE BUSINESS DAILY ISSUE OF JULY 7,2000 PSA#2637HQ SSG/PKT-4, 200 East Moore Drive, Bldg 888, Room 2028 Maxwell
AFB-Gunter Annex 36114-3000 D -- AUTOMATED INFORMATION SYSTEM DESIGN AND INTEGRATION SERVICES SOL
ILSS0003 DUE 071200 POC Rosa L. Shannon, 334-416-6264 WEB: ESC
Business Opportunities Web Page, http://www.herbb.hanscom.af.mil.
E-MAIL: Click Here to E-mail the POC, rosa.shannon@gunter.af.mil. The
purpose of this notice is to amend the Integrated Logistics System --
Supply (ILS-S) Program pre-solicitation notice published 21 Jun 2000.
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
can be found on the Hanscom Electronic RFP Bulletin Board (HERBB)
located under "Biz Opportunities" at http://www.herbb.hanscom.af.mil,
as well as on the ILS-S Acquisition Web page at
http://web1.ssg.gunter.af.mil/IL/ilss. 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 12 July 2000
(Extension). 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. See Note 26. Posted
07/05/00 (D-SN471635). (0187) Loren Data Corp. http://www.ld.com (SYN# 0021 20000707\D-0006.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|