Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2005 FBO #1241
SOLICITATION NOTICE

D -- REQUEST FOR INFORMATION FOR INTEGRATED MASTER PLANNING AND INTEGRATED MASTER SCHEDULING (IMP/IMS) TOOL

Notice Date
4/18/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA - Headquarters, Exploration Systems Mission Directorate (ESMD), 300 E Street SW, Washington, DC 20546-0001
 
ZIP Code
20546-0001
 
Solicitation Number
NNT05ESMDL-IMP
 
Response Due
5/2/2005
 
Archive Date
4/18/2006
 
Description
NASA's Exploration Systems Mission Directorate (ESMD) is openly soliciting inputs and ideas for its Integrated Master Planning and Integrated Master Scheduling (IMP/IMS) tool for program and project management. This tool will be used to support a robust and comprehensive systems engineering and integration process in the ESMD, and provide the capability to develop and produce a variety of Directorate schedules. Specifically, this tool will support ESMD efforts to pursue capabilities and supporting research and technologies that will enable sustainable and affordable human and robotic exploration. The Exploration Systems Mission Directorate creates capabilities and supporting research and technologies that will enable, sustainable and affordable human and robotic exploration. The ESMD organization consists of six offices that support management of critical Directorate-level functions inclusive of administration, systems engineering and integration, and risk management. These offices are the formal interfaces to other Agency Mission Directorates and Functional Offices in addition to external stakeholders and communities. The Directorate is supported by three divisions: Acquisition/Mission Support, Development Programs, and Requirements Formulation. Further more, the Development Programs Division is organized into a hierarchy of hardware, research and technology development entities. It is the desire of ESMD management to provide established and consistent business practices and tools for use by these organizations. ESMD organizations utilize an Integrated Collaborative Environment (ICE). ICE is a web-centric environment which will be used by industry, academia and government for sharing, collaborating, integrating, accessing and controlling management information and product data definition for all ESMD products and data. The scope of ICE includes all program and product information, including: all requirements, schedule, risk and configuration management information to all engineering design, manufacturing, analysis and test data. In addition to ICE being the authoritative source of information, ICE is implemented using collection of Commercial Off-the-Shelf (COTS) applications which support program and project management requirements for ESMD. The IMP/IMS tool will be integrated into ICE. Key areas that the IMP/IMS tool will support include: supporting Directorate, program and project Integrated Master Planning and Scheduling to build and track schedule activities; provide historical tracking of changes to a baseline plan against actual status; assignment, load and leveling of resources; analysis of project progress, critical path; weekly status reporting; and integration with other ICE Program/Project management tools. This tool must enable the engagement of a large multi-organization, distributed team that will be working in the previously mentioned key areas. This RFI seeks comments in several requirements focus areas, as listed in the attachment, specifically addressing the reasonableness and comprehensiveness of the requirements. The method in which the requirements are addressed and satisfied should be provided. Input is invited for any/all of the 5 functional requirements focus areas discussed herein. All responses shall be delivered in an electronic format using Microsoft Word Table or Microsoft Excel worksheet format. See Attachment 1 for a template of the expected response format. Supplemental information may be provided in a narrative format using Microsoft Word with graphics, as appropriate. Font size should be no smaller than 12 point. The total response should be no more than 8 pages in length including supporting graphics and additional backup material. Input should include the following as a minimum: For submitted responses, include: Submitter name, phone, email, and mail address Tool description Tool capabilities Identify where the tool has been successfully deployed and implemented to support a similar organization and scope of capability requested in this RFI Key words that serve to identify important elements of the input should be highlighted for quick visibility. NASA reserves the right to use submitted responses for NASA internal planning. Although details of responses are meant only for NASA use, response submitters should not submit proprietary material. This RFI is for information and planning purposes and to allow industry the opportunity to verify reasonableness and feasibility of the requirement, as well as promote competition. No procurement is planned as a direct result of this Request for Information. This is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Failure to respond to this RFI does not mean that a firm cannot respond to a solicitation at a later date. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror?s responsibility to monitor these sites for the release of any solicitation or synopsis. Failure to respond to this synopsis does not mean that a firm cannot respond to a solicitation at a later date. Technical questions regarding this RFI should be directed to: Terry Jackson (202) 358-0987 or tjackso1@hq.nasa.gov. Procurement related questions should be directed to: Rhett Herrera (202) 358-3633 or Rhett.A.Herrera@nasa.gov All responses to this notice shall be submitted to Rhett Herrera no later than 6 pm EST on May 2, 2005. Please reference NNT05ESMDL-IMP in any response. An ombudsman has been appointed. See NASA Specific Note "B". The solicitation and any documents related to this procurement will be available over the Internet. These documents will reside on a World-Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/HQ Business Opportunities page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=04
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=04#115083)
 
Record
SN00790521-W 20050420/050418212047 (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.