Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2007 FBO #1999
SOURCES SOUGHT

A -- Human Systems Integration Services

Notice Date
5/16/2007
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HSW - 311 Human Systems Wing, 311th HSW/PK 8150 Aeromedical Road, Brooks AFB, TX, 78235-5123, UNITED STATES
 
ZIP Code
78235-5123
 
Solicitation Number
Reference-Number-RFIFORAFRLMAY07
 
Response Due
6/8/2007
 
Archive Date
6/23/2007
 
Point of Contact
Mary Farr, Contract Negotiator, Phone 210-536-6212, Fax 210-536-6316, - Kim Walton, Contract Specialist, Phone 210-536-2094, Fax 210-536-1696,
 
E-Mail Address
mary.farr@brooks.af.mil, kim.walton@brooks.af.mil
 
Description
REQUEST FOR INFORMATION (RFI) HUMAN SYSTEMS INTEGRATION (HSI) ASSESSMENTS IN AIR FORCE SYSTEMS THIS ANNOUNCEMENT IS NOT A NOTICE OF SOLICITATION ISSUANCE. THIS IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY. This RFI is issued for the purpose of developing a viable solicitation that will best communicate the Government's requirements to industry. Responses to this RFI are strictly voluntary and will not affect any corporation's ability to submit an offer if and when a solicitation is released. There is no bid package or solicitation document associated with this announcement. The requested information is for planning purposes only and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement of payment by the government of direct or indirect costs or charges will arise as a result of the submission of contractor's information. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations. INTRODUCTION: The Air Force, PKAC, Brooks City-Base, TX, is planning for a Research & Development contract to provide services support in areas of Human Systems Integration (HSI) expertise to accomplish several efforts on defense acquisition and sustainment programs. This RFI is issued to determine the capability of prospective contractors to provide comprehensive HSI services. These services include expertise in the HSI domain areas of: Manpower, Personnel, Training, Environment, Safety, Occupational Health, Human Factors Engineering, Habitability, and Survivability, as well as finance, human performance, instructional development, logistics, marketing, human resource development, data mining, concept mapping, metrics, and systems engineering. BACKGROUND: The Air Force requires a sound HSI strategy in acquisition programs as a highly effective method of saving the Air Force significant costs during the life cycle of systems and improving total system performance. A sound HSI strategy puts the warfighter at the center of the design process and equips the warfighter rather than manning the equipment. Early application of HSI leads to cost avoidance in terms of manpower, personnel, training, and human error. To achieve this requirement, the Air Force seeks business and industry familiar with DoD and/or commercial systems and application of HSI on those systems. SCOPE: This request for information is directed to highly competitive potential prime contractors who can demonstrate the capability to provide HSI knowledge and experience and understand how the application of HSI benefits the acquisition process and affects total life cycle costs in the design, development, integration, and fielding of programs. The Government recognizes that HSI practitioners are limited and therefore at this point in the market research process, the Government would like to continue dialog with those Industry partners who feel they could be a viable prime contractor. The Government will use the information gathered in response to this RFI to refine the requirements and acquisition strategy for the following tasks: Generate HSI concept maps that will validate an existing HSI Assessment Tool model that will be used to assess HSI & Human Performance methods and processes for all systems regardless of acquisition phase. Research and draft policies to include: HSI process into Joint Capabilities Integration Development System (JCIDS); HSI-related Key Performance Parameters (KPPs) and Key System Attributes (KSAs) into capability documents; and feasibility study for implementing a blanket HSI KPP or mandating key HSI-relevant KPP/KSAs based on human performance concerns. Identify HSI drivers associated with existing Air Force operational metrics. Transform the existing Air Force Process Sequence Models (PSMs) into Integrated Manpower and Personnel Integration (IMPRINT) models for the purpose of conducting HSI capability based assessments. Provide HSI Community of Practice (an informational repository .mil restricted) support and data mining. Conduct research, identify key internal and external partnership opportunities, and draft memorandum of agreements and/or understanding with strategic agencies into an existing HSI Collaborations database. Research and define an HSI Instructional Design Strategy (front-end analysis) that focuses on HSI Practitioner career development and HSI training needs throughout the Air Force. Research, develop, and reverse engineer, if required, HSI costing methodologies on existing system acquisition programs. Contractors collectively must have program management and HSI experience and access to SECRET information. Develop an Air Force Research Laboratory (AFRL) HSI-relevant project transition roadmap. Develop a professional tradeshow to include a HSI promotional and marketing strategy, communication plan, and conference display booth that supports multiple target audience messages and visitor survey capability. DATA SUBMISSION REQUIREMENTS: The Information package should include the following items: 1. Do you qualify under the 8(a) program? 2. What are your applicable NAICS codes? 3. Would you be interested in submitting a proposal considering the anticipated scope of work? If not, why? 4. Do you have sufficient experience in the anticipated scope that would allow the evaluator to assess your capability? If not, please explain. 5. What is the minimum and maximum dollar value project on which your firm would routinely consider submitting a proposal? 6. What maximum capacity of work can your firm reasonably manage while assuring effective program/project implementation and maintaining quality? 7. Are you aware of any DoD contracts dealing with similar tasks as those identified on Page 2? If so, provide the following: government POC, organization, phone number, email address, and contract number. 8. For Market Research purposes, please demonstrate your capability of being able to accomplish the tasks described on Page 2. Describe your qualifications, projects, and applicable experience. 9. Do you see any issues/problems with the tasks on Page 2? 10. Provide risks and risk mitigation strategies to the tasks on Page 2. 11. What are your plans to utilize and access DOD?s and AFRL?s data systems? 12. The resultant contract may include a cost-reimbursable basis line item. Does your company have an approved accounting system for cost type contracts? 13. Your comments / recommendations to achieve requirements described above. The information received will not obligate the Government in any manner nor will the Government reimburse contractors for any costs associated with submittal of the requested information. This request does not constitute an Invitation For Bid or a Request For Proposal. Request for proposals, if and when issued, will be available on the Internet at FedBizOpps.gov. As such, it is the potential offerors responsibility to monitor these sites for the release of any additional information. Central Contract Registration (CCR) will be mandatory for any resultant contract award. (See CCR website at www.ccr.gov). Responses to this RFI are due to the Contract Specialist, Mary N. Farr, by Close of Business 08 June 2007. Responses should include your company's name, address, telephone number, point of contact, and whether your company is s a large or small business. Proprietary information should be clearly marked. Packages shall be delivered in electronic format. The electronic format may be in Adobe Acrobat Portable Document Format (PDF) or compatible with Microsoft Office 2000 suite of software. All responses must be emailed to maryfarr@brooks.af.mil or mail the CD/DVD to 311 TH Human System Wing/PKAC, 2510 Kennedy Circle, Bldg 150, Brooks City-Base, TX 78235-5115, Attn: Mary N. Farr. Please refer all questions regarding this RFI to the Contracts Specialist listed above. The Contracting point of contact can be reached via telephone at (210) 536-6212. THIS ANNOUCEMENT IS NOT A NOTICE OF SOLICITATION ISSUANCE. THIS IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY. Please note that official information will be provided only by the Contracting Officer or the Contract Specialist. Any information received from other sources should not be relied upon as official. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-MAY-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFMC/HSW/Reference-Number-RFIFORAFRLMAY07/listing.html)
 
Place of Performance
Address: 311 HSW/PKAC, Brooks City-Base, Texas 78235
Zip Code: 78235
Country: UNITED STATES
 
Record
SN01296068-F 20070518/070516222126 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.