Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2003 FBO #0601
SOLICITATION NOTICE

A -- IMDS RFI FOR COTS PRODUCTS

Notice Date
7/21/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
HQ SSG/PK, 490 East Moore Dr., Maxwell AFB - Gunter Annex, AL 36114
 
ZIP Code
36114
 
Solicitation Number
SSG-IMDS-002
 
Response Due
8/18/2003
 
Archive Date
9/30/2003
 
Point of Contact
Contact Person: 1Lt William M. Jimenez, (334) 416-4881;=20 Contracting Officer: Rosemary Barnes, (334) 416-1970; MS Patrica = Gober, Program Manager
 
E-Mail Address
Email your questions to Click Here to E-mail the POC
(william.jimenez@gunter.af.mil)
 
Small Business Set-Aside
N/A
 
Description
INTEGRATED MAINTENANCE DATA SYSTEM (IMDS) This is an announcement = of a Request for Information (RFI). The Government does not presently intend to award a contract but = requests the following information for planning purposes. The IMDS Systems = Program Office (SPO) is doing market research to gain knowledge of the capabilities of commercial maintenance products (or product suites) = that have the potential for providing Wing and Depot level maintenance information automation requirements for the Air Force. Information on products that have the capability for horizontal logistics integration, = to include supply functionality, may be submitted. Background information = on IMDS and Air Force Maintenance is available through the Hanscom = Electronic Request for Proposal Bulletin Board (HERBB) web site http://www.herbb.hanscom.af.mil/. (Note: Select "Systems" within = "Business Opportunities" and then scroll to "Integrated Maintenance Data System"). The products must have a viable commercial presence in the aviation marketplace and should be in current use in applications similar to the Air Force use. To determine the extent the current commercial products can be adapted to the USAF maintenance environment, the IMDS SPO will perform an analysis of the real-world use of the actual applications = and how the firms' products support maintenance. The SPO would like to conduct on-site visits to using activities to view the ability to = perform selected Wing and Depot level functional scenarios and capabilities as they are being performed by application users. =B7 Examples of Depot level scenarios are: o Life Cycle of a Workload (forecasted to paperwork and analysis completion) o Depot Maintenance Repair Overhaul (MRO) Capability o Production capacity evaluation o Depot workload forecasting o Workload routing o Reports =B7 Examples of Wing level scenarios are: o Equipment Configuration Management o Equipment Utilization/Performance o Unscheduled and Scheduled Maintenance Support o Status/Inventory The analysis will also look at functionality related areas to include: o Product customization features o Standardized reporting and ad hoc reporting capabilities o Sourcing personnel/personnel qualification information from various human resources systems o Support for data entry/reporting across multiple time zones o Usability The products must have been developed and documented in a manner such = that they are able to meet Department of Defense (DoD) requirements for Command, Control, Communications and Computers Integrated Support Plan (C4ISP) to include architecture and security. The following information is requested for the Government analysis: =B7 Basic product characteristics o Supportability - use of proprietary programming languages o Reliability =B7 Licenses and licensing requirements =B7 Documentation - system support, administration, and user =B7 Open Systems/Standards Compliance =B7 System Architecture o Architectural documentation that will assist in determining that the architectures are not proprietary in nature: =A7 Identification of any differences between the system architecture = and the Common Operating Environment (COE). =A7 Identification of any additional work required to bring the = products to COE level 7. =A7 Identification of any differences between the system architecture = and the Global Combat Support System - Air Force (GCSS-AF) integration framework. http://www.gcss-af.com/cfs/outreach/index.cfm =B7 Communication Architecture o Networking approach o Support for automated identification/data collection technologies =B7 Security Architecture =B7 Data Architecture o Movement of legacy data o Storage of historical data o Use of transactional data stores, operational data stores and data warehousing o Scalability Interoperability with other military and commercial logistics systems = as well as Chief Financial Officer (CFO) Compliance. For additional information, use the following website: http://www.cfoc.gov/documents/doc/cfo/act1990 =B7 Suggested or standard deployment approach and timelines =B7 A description of business processes currently performed by the Air = Force that would have to be changed or modified to use the COTS product. Each product should have an accompanying tentative pricing structure = (e.g. per aircraft, per concurrent user, per total users, enterprise, etc.). Any pricing information will remain confidential. Submittals are not offers that may be accepted by the Government to form a binding = contract. Contact information for two current users is required and should = include name, address, telephone number, and e-mail address. Contractor formats for the requested information are acceptable. RFI submittals may be submitted electronically to the Contracting Officer identified below. RFI inputs should be submitted no later than 1600 = CST, 18 August 2003. This is not a request for proposals. Requests for a solicitation will = not receive a response. This is a Request for Information only and does = not, by its issuance, restrict the Government as to the ultimate acquisition approach. The Government will not reimburse any costs for any information, documentation, and/or data submitted or preparation costs = for submittals in response to this RFI. Please note that the HERBB will be the primary source of information = for the IMDS acquisition. Interested firms should check for updates frequently and subscribe to the HERBB update service. Firms are reminded that only Contracting Officers are legally = authorized to commit the Government. Address all questions to the Contracting Officer at the following address: HQ SSG/ACQ-IL, Attn: Ms. Rosemary Barnes, Contracting Officer, 201 East Moore Drive, Bldg 856, Suite = 162B, Maxwell AFB, Gunter Annex AL 36114-3000. Ms. Barnes can also be = reached via e-mail at rosemary.barnes@gunter.af.mil or by phone at (334) = 416-1970. The Contract Specialist, 1Lt William Jimenez, may be reached at william.jimenez@gunter.af.mil or by phone at (334) 416-4881. All firms interested in this RFI may register in the Central Contractor = Registration (CCR) data base if you like at websitehttp://www.ccr.gov/index.cfm. A Dunn & Bradstreet's Data Universal Number System (DUNS) number is = required for registration. Visiting the FedBizOpps http://www.fedbizopps.gov = and HERBB http://www.herbb.hanscom.af.mil/ websites provide vehicles for you to access future Government acquisitions.
 
Web Link
ESC Business Opportunities Web Page
(http://www.herbb.hanscom.af.mil)
 
Place of Performance
Address: N/A
Zip Code: N/A
Country: N/A
 
Record
SN00376422-W 20030723/030721213527 (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  © 1994-2020, Loren Data Corp.