Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2006 FBO #1584
SOURCES SOUGHT

70 -- Student Information Systems

Notice Date
3/27/2006
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
Reference-Number-FA8604-06-R-SIS
 
Response Due
4/4/2006
 
Archive Date
4/19/2006
 
Description
SOURCES SOUGHT SYNOPSIS The Air Force Institute of Technology (AFIT), located at Wright-Patterson AFB, OH is seeking sources to provide a student information system (SIS). The purpose of this Sources Sought Synopsis is to determine if there are any businesses available who are capable of providing a Commercial Off-The-Shelf (COTS) solution to accommodate their academic information systems requirements. The estimated period of performance for this acquisition will be one (1) base year plus one (1) option year, starting approximately 1 October 2006. If this acquisition is determined to be reserved for small business, the Government will use the information gathered from this Sources Sought Synopsis to develop their 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 Sources Sought Synopsis shall submit the following information to: Christal Green, email: christal.green@wpafb.af.mil by 12 Noon E.S.T. on Tuesday, 04 April 2006. 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 Student Information Systems Program is 511210 ? Software Publishers. The size standard for this code is based on average annual receipts of $23,000,000. Background: The Air Force Institute of Technology (AFIT), located at Wright-Patterson AFB, Ohio, is the Air Force's graduate school of engineering and management, as well as, its institution for technical professional continuing education. AFIT accomplishes its mission through three resident schools: the Graduate School of Engineering and Management, the School of Systems and Logistics (a non-degree granting professional continuing education school), and the Civil Engineer and Services School (also a non-degree granting professional continuing education school). Through the Graduate School?s civilian institution programs, AFIT also manages the educational programs of officers enrolled in civilian universities, research centers, hospitals, and industrial organizations. Over the past 20 years, AFIT has developed its own in-house student information system (SIS). This system has evolved considerably over time to encompass more than a single information system, and is now a family of products developed to meet the database and information requirements of AFIT?s Graduate School and the institute?s different operating units. The current system, commonly referred to as AFITMIS, has been developed and maintained by AFIT personnel and contractors without incorporating the best practices found in widely used academic and student information systems. As a result, AFITMIS has grown into a system that requires a significant amount of resources to maintain and modify as AFIT?s student information requirements evolve. The SIS acquired by AFIT must perform academic institution operations and functions using off-the-shelf solutions commonly employed by other universities and institutions of higher learning. The SIS shall employ what are considered best practices in academia. It must be highly scalable, and provide an open architecture that permits flexible integration and enables data sharing with third party databases, and government developed application programs. The SIS will utilize industry standard functions and available modules that are already designed and sold commercially. The development effort for this program will be limited to system integration with AFIT?s existing Oracle 10.1.0.4 database and common operating system platforms (i.e.Windows Server) with all current security patches/service packs. The SIS must be a fully integrated suite of commercially available software able to perform all of the following academic institution functions: Admissions, Curriculum Management, Financial Management, Human Resource Management, Institutional Research and Reporting, Research Proposal and Grant Management, Student Records Administration, and Student Services. The government intends to make a single award to provide all labor, project management, technical support, tools, materials, equipment, documentation, and transportation necessary to install all of the SIS software components onto government furnished computer equipment, to verify the SIS is fully operational and meets all mission critical functional requirements, to train AFIT personnel on the use and operation of the new SIS, and provide on-call technical support during and after the period of contract performance. The contractor shall provide experienced and qualified personnel in sufficient quantities to perform all required services. Those contractor?s intending to provide a learning management system or modify AFIT?s existing commercial applications need not respond. Our definition of a learning management system is to provide the platform for an online learning environment by enabling the management, delivery and tracking of blended learning (i.e., online and traditional classroom) for employees, stakeholders and customers. An LMS supports a collaborative learning community, offering multiple modes of learning, and enables administrative and supervisory tasks to be streamlined and automated so the overall cost and impact of education can be tracked and quantified. The contractor?s submittal shall be no more than fifteen (15) pages, single-spaced and one sided, in Times New Roman 12 font, with one-inch margins (MS Word document). The contractor?s submittal can also contain up to an additional five (5) pages of graphic material as necessary. The page limitation does not include the cover letter. Contractors responding to this Sources Sought Synopsis shall submit the following information: 1. The contractor shall provide evidence that as the prime contractor they have successfully provided a complete enterprise level student information system to at least 10 accredited institutions of higher learning with enrollments in excess of 1,500 students during the last three (3) years. The contractor shall provide at least five (5) current customers POC, addresses, phone number, and description of products and service(s) provided. 2. The contractor shall provide evidence that shows they have a fully integrated suite of commercially available software that does not require additional code development in order to perform the following academic institution functions: Admissions, Curriculum Management, Financial Management, Human Resource Management, Institutional Research and Reporting, Research Proposal and Grant Management, Student Records Administration, and Student Services. Tailoring of workflow, data tables, and reports may be permissible in order to ensure compatibility of the COTS product with AFIT processes. 3. The contractor shall provide documentation that shows their commercially available student information system software will not require any modification or code development in order to properly function and integrate with AFIT?s Oracle database. The contractor shall describe their approach and ability to provide capabilities and knowledge to support data systems either within industry or government, relative to systems analysis, development, testing and implementation which utilize an Oracle database. 4. The contractor should provide sufficient evidence of their ability to provide adequate technical support personnel (in number and level), both on-site and remote access, during the integration and installation of the system in order to achieve a full operational capability of the system in a 1 year time frame. The contractor shall identify their experience maintaining multiple complex interfaces crossing multiple systems. 5. The contractor shall present evidence of their ability to conduct on-site and distance learning training for their software using materials and tools already developed and implemented by the contractor. The training should be of sufficient detail and depth as to permit users to properly operate and maintain the software following declaration of full operational capability. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not reimburse the respondents for any costs associated with their responses. 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. The Government reserves the right to contact the submitting parties, on an as required basis, for further clarification on material provided. Questions concerning this requirement should be electronically sent to the Contract Negotiator Christal Green, e-mail: christal.green@wpafb.af.mil, phone: (937) 656-7476. Responses must be submitted no later than 12:00 PM (EST), Tuesday, 4 April 2006 to Christal Green, e-mail: christal.green@wpafb.af.mil.
 
Record
SN01015372-W 20060329/060327211916 (fbodaily.com)
 
Source
FedBizOpps 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.