Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2004 FBO #0992
SOLICITATION NOTICE

D -- Requirements Management System 8(a) Follow-on

Notice Date
8/12/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
E. Jean Smith;4375 Chidlaw Road Bldg. 262, Area A, Room S021; Wright-Patterson AFB, OH 45433-5006
 
ZIP Code
45433-5006
 
Solicitation Number
R898
 
Point of Contact
Debra Lewis Debra.Lewis@wpafb.af.mil
 
E-Mail Address
Email your questions to Nobuko Flora
(Nobuko.Flora@wpafb.af.mil)
 
Description
The Materiel Systems Group (MSG), Supply Logistics System Program Office (SPO), Supply Requirements Division, MSG/SLR, at Wright-Patterson AFB, OH is seeking sources to provide maintenance and sustainment on the Requirements Management System (RMS) subsystems D200 C, E, F, H, X and D072. The Government intends to issue this effort under the Small Business Administration Section 8(a) program competitive acquisition. The purpose of this Sources Sought Synopsis is to determine whether 8(a)?s holding General Supply Schedules (GSA), are capable of performing this effort. The estimated period of performance for this acquisition will be base year plus 4 option years, starting approximately 4 Feb 2005. If this acquisition is determined to be reserved for the 8(a) program, the Government will use the information gathered from this Sources Sought to develop our bidder?s list. This is a SOURCES SOUGHT SYNOPSIS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis is in support of market research being conducted by the Air Force to identify capable potential sources. Contractors responding to this Request for Information/Sources Sought Synopsis shall submit the following information to: Nobuko Flora, email: Nobuko.Flora@wpafb.af.mil, by 3:00 PM (EST) on Wed, 26 Aug 2004. The Small Business Administration (SBA) uses the North American Industry Classification System (NAICS) Codes to establish size standards on an industry-by-industry basis. The NAICS code for the RMS Program is 541519 - Other Computer Related Services. The size standard for this code is based on average annual receipts of $21,000,000 for three most recent completed fiscal years. This Sources Sought Synopsis requests capability statements from vendors with demonstrated ability to provide the following. The contractor?s submittal shall be in 7 pages or less in Times New Roman 12 font with one-inch margins (MS Word document). The page limitation does not include the cover letter. Contractors responding to this Request for Information/Sources, Sought Synopsis shall submit the following information to: 1. Documented experience within the last 3 years that demonstrate that the contractor has maintained (as the primary maintainer/developer) and has the ability to maintain by 4 February 2005 a system of over 1 million lines of code. 2. The contractor must demonstrate that they have the ability to produce a full staff by 17 March 2005 with experience in CICS, COBOL, Assembler, CA-DATACOM DB, TSO, CA-ROSCOE, CA-IDEAL, IBM JCL, CA-METACOBOL, Oracle 9i, DBMS, SQL, JAVA, QUICKJOB, XML, HTML, NET 8 TCP/IP, SQL Plus, Oracle Objects, on Mainframe and NT platforms. Please see attachment 1 for a detail description of the RMS subsystems. 3. The contractor shall demonstrate that the division that will maintain the RMS Subsystems is certified at CMMI Level III or higher. 4. The contractor shall demonstrate that they have experience maintaining multiple interfaces across multiple Department of Defense organizations. RMS Subsystems have over 250 interfaces with 25 legacy systems. 5. The contractor shall demonstrate that they have the ability to have a fully functioning system maintenance office within 25 miles of Wright-Patterson Air Force Base, Ohio within 30 days of contract award. Anticipated contract award is 4 February 2005. 6. Documented experience within the last 3 years demonstrating that the contractor has maintained a Mission-Critical 24/7 system. 7. The contractor shall demonstrate that they have the ability to maintain a Mission-Critical 24/7 system by 4 February 2005 as described hereinabove. 8. Company?s business size, status (i.e., small business, 8(a), HUB Zone, women owned, etc.) 9. Current customers POC, addresses, phone number, service(s) provided. 10. GSA Schedule information, such as period of performance and type of schedule. 11. 8a status and graduation date. An Acquisition Ombudsman, Lieutenant Colonel Charles R. Brackenhoff, MSG/PK, has been appointed the Ombudsman to hear concerns from the contractor during proposal development. You should only contact the Ombudsman with issues or problems you can not satisfactorily resolve with the Program Manager and/or the Contracting Officer. The Ombudsman role is to hear concerns, issues, and recommendations and communicate these to the appropriate government personnel. The Ombudsman will maintain strict confidentiality, if desired. You can contact the Ombudsman at (937) 257-4053. The North American Industrial Classification System (NAICS) for this acquisition is 541519. Any information submitted by respondents to this synopsis is strictly voluntary. This synopsis does not constitute a Request for Proposals (RFP) or an Invitation for Bids (IFB), nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government will neither award a contract solely on the basis of this notice, nor pay for any information that is submitted by respondents to the Sources Sought request. Questions concerning this requirement should be electronically sent to both the Contract Specialist Nobuko Flora, Nobuko.Flora@wpafb.af.mil (937) 257-0298 and to the Contracting Officer Jean Smith, Jean.Smith@wpafb.af.mil (937) 257-0051. Responses must be submitted no later than 3:00 PM (EST), Wed., 26 Aug 2004 to Nobuko Flora, e-mail: Nobuko.Flora@wpafb.af.mil. Late responses will not be reviewed. Attachment 1 RMS Subsystems Description Software The operating system will be IBM?s z/OS 1.4. The applications operate in both on-line and batch mode. Modules are written in CICS, COBOL, Assembler, CA-DATACOM DB, TSO, CA-ROSCOE, CA-IDEAL, IBM JCL and CA-METACOBOL Data Base Management All of the Requirements Management Systems (RMS) processes access the RMS relational database through the Data Base Management System, (DBMS). The DBMS in use for the RMS is CA-DATACOM/DB. D200C, Equipment Item Process (EIP) The EIP provides information and usage factors, repair rates, item management computations, base allocations and authorizations and similar information needed to manage the Air Force equipment inventory, such as vehicles, voltmeters, fire extinguishers and compressors. The EIP provides for both batch processing of interfacing files and for on-line real time access of data by equipment managers. Lines of Code: COBOL 562,000 JCL 6,300 D200E, Requirements Item Identification Data (RIID) Process The RID consolidates and formats catalog data from D043, Master Item Identification Control System (MIICS), into a single source of data for the RMS applications. This system provides on-line terminal screen data retrieval and support capability to all user levels, as well as a mechanized interface with other RMS areas. Lines of Code: COBOL 64,500 JCL 2,000 D200F, Applications, Programs, and Indentures (API) Process The API Process provides an integrated repository by indentured item application data, weapon system force structure program activity, item identification and cataloging data for requirements determinations systems. The indenture structure has next higher assemblies with their direct component parts, allowing weapon system item relationships to be traversed in the indenture structure from top-down or bottom-up. Lines of Code: COBOL 265,000 JCL 13,500 D200H, Initial Requirements Determination (IRD) Process The IRD Process computes spares requirements for new weapon systems, equipment and modifications. It provides real-time on-line management support for management data retrieval, factor updates, analysis, as well as automatically accepting and processing new data from provisioning activities. Lines of Code: COBOL 821 JCL 200 IDEAL 26,000 D200X, Administration and Support (A&S) A&S is the user?s window into RMS. It provides utilities for all RMS subsystems and supports user profiles that are the basis for a user?s view of the RMS system. It supports menus, browse and print services, the RMS help system, security checking and administration, distribution support, and job monitoring. The various application programs "call" or switch control to the respective Administration and Support program to provide a particular function. Lines of Code: COBOL 129,000 JCL 2,100 D072, Other War Reserve Materiel Requirements (OWRMR) D072 will be maintained using JAVA, a component-based, object oriented technology using the Oracle Version 9i Database Management System (DBMS). Rational ClearCase and Rational ClearQuest shall be used to perform and execute standard configuration management processes for the D072 system. The function of OWRMR is to provide the formal capability to forecast Air Force (AF) wartime requirements Budget Code (BC) 9 items. These represent items used by the AF but managed by other DoD services/agencies such as the Defense Services Agency (DSA), Government Services Agency (GSA), Army, Navy and Marine Corps. Lines of Code: Java 14,720
 
Web Link
Requirements Management System 8(a) Follow-on
(http://www.herbb.hanscom.af.mil/esc_opps.asp?rfp=R898)
 
Record
SN00642482-W 20040814/040812212214 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.