Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2007 FBO #2004
SOURCES SOUGHT

D -- Global Mission Systems Integration

Notice Date
5/21/2007
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Contracting Flight (HQ AMC/A7KQ), 507 Symington Drive Room W202, Scott AFB, IL, 62265-5022, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-Global_Mission_Systems_Integration
 
Response Due
6/4/2007
 
Description
GLOBAL MISSION SYSTEMS OFFICE INTEGRATION SOURCES SOUGHT. (Formerly GDSS2 FY 08 Acquisition Sources Sought). Reference the following three prior Fed Biz Opps announcements: 1. GDSS2 FY08 Acquisition Sources Sought, posted on Apr 12, 2006. 2. DRAFT PWS for GDSS2 FY08 Acquisition, posted on Jan 23, 2007. 3. Responses to Questions, posted on Apr 17, 2007. The United States Air Force, Headquarters Air Mobility Command (HQ AMC) is seeking source or sources for the contemplated contract for the Global Mission Systems Program Office. This Request for Information (RFI) is a follow-up to prior Fed Biz Opps announcements and is being issued for informational and planning purposes only. This is not a Request for Proposal (RFP). It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals nor will any award be made as a result of this synopsis. The Air Force will NOT be responsible for any costs incurred by interested parties in responding to this request for information. This FedBizOpps announcement is seeking market information on businesses capable of providing the services as described herein. AMC is currently conducting market research to determine qualified, experienced, and interested potential sources. The information requested by this RFI will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. Should a future requirement evolve from this preliminary planning process, it is anticipated the period of performance will be a base year plus four one-year option periods. For purposes of this synopsis, the North American Industry Classification System (NAICS) Code is 541512, Network Systems Integration Design Services, and the small business size standard is $23.0M. In addition to NAICS code 541512, the following NAICS codes may apply: 541511 Custom Computer Programming Services, 541519 Other Computer Related Services, 611420 Software Application Training, 5416 Management, Scientific, Technical Consulting Services, 541330 Engineering Services, and 561110 Business Management Services. Background: The Global Missions Systems will be the AMC infostructure environment to support information needs of combatant commanders throughout the full spectrum of military operations. It will interoperate with the Air and Space Operations Center (AOC) Weapon System (WS) and is an integral part of the Defense Transportation System (DTS). The AMC Missions Systems (MS) Framework supports global mobility information systems operations at all echelons of command and operating locations. It will enable development of optimized air mobility plans created in a collaborative environment resulting in synchronized operations. The framework provides an integrated architecture to support monitoring global situational awareness; assessing the operating environment; formulating potential impacts and alternatives; and enabling rapid decisions. The MS Framework will enable the Mobility Community of Interest (COI), Air Operations COI, and Transportation COI to share services, applications, and information among internal and external agencies/systems; to include, Global Information Grid (GIG), Net-Centric Enterprises Services (NCES), Distribution Process Owner (DPO), and Joint Command and Control (JC2) enterprise services, as they mature. Scope: The Contractor shall provide Integration for programs within the Global Missions Systems, which currently includes Advanced Computer Flight Plan (ACFP), Airlift Service Industrial Fund Integrated Computer System (ASIFICS), Commercial Operations Integrated System (COINS), Consolidated Air Mobility Planning System (CAMPS), Global Air Transportation Execution System (GATES), Global Decision Support System (GDSS), and potentially Global Command Control System (GCCS). This support shall be in the form of technical and management tasks associated with Global Mobility Information Systems Enclave and Global Missions Systems Applications support, information assurance, government testing, configuration management, and training. The contractor will have a direct working relationship with (but not control of) the Global Mission Systems development contractors and operations and maintenance support. This scope of the PWS incorporates three interrelated segments, i.e., Integration, Training, and Testing. Each of these segments must be executed in a seamless process in order to achieve objectives of AMC and the Global Mission Systems overarching requirements. In addition to this notice, DRAFT Performance Work Statement, Version 3.13, Global Mission Systems Office Integration, will be uploaded to this announcement. If your firm has an interest in the requirements described above, please review the DRAFT PWS uploaded to this announcement and provide to Mr. Matthew Bowen, Contracting Officer, matt.bowen@scott.af.mil, the following general information and technical background describing your firm's experiences in contracts requiring similar efforts to meet the program objectives. Please use no more than 4 type-written pages using 10-point type or larger. Published literature may be any number of pages. General Information: a. Company name, address, point of contact (POC), telephone number, fax number, e-mail address, company size (small, large business); if small, indicate type (8(a), small disadvantaged business, HUB zone, minority-owned, woman-owned, veteran-owned, etc.), and applicable North American Industry Classification System (NAICS) code(s). b. Indicate which program(s) your firm has the capability and experience necessary to provide a best value proposal. Programs include Advanced Computer Flight Plan (ACFP), Airlift Service Industrial Fund Integrated Computer System (ASIFICS), Commercial Operations Integrated System (COINS), Consolidated Air Mobility Planning System (CAMPS), Global Air Transportation Execution System (GATES), Global Decision Support System (GDSS), and potentially Global Command Control System (GCCS). c. Indicate which program segment(s) your firm has the capability and experience necessary to provide a best value proposal. Program segments include three interrelated segments, i.e., Integration, Training, and Testing. d. Provide any published marketing literature describing your firm's products and services, your firm's website that further highlights your firm's capabilities. e. Provide a statement describing the level of US DOD security clearance classification held by your firm. f. Past/Current Performance Background. (1) Contract identification number(s). If available, include information on GSA Federal Supply Schedules, Government Wide Acquisition Contracts (GWACS), etc. (2) Title and a brief summary of the objective of the effort. (3) Contracting agency or firm (Government or commercial). (4) Value of the contract(s). (5) Type of contract(s), i.e., firm-fixed-price, cost reimbursement, labor hour. (6) Any incentives offered by the customer(s), e.g., award fee or term incentives. (7) References receiving the services described in paragraph. Please include name, address, and contracting/technical activity POC to include telephone number and email address. g. Questions: (1) What are the customary warranties or other customer no-additional-cost, after-market/sales support offered? (2) What are the national or international quality standards predominantly used in your industry (provide examples if available)? (3) What are your normal pricing and payment arrangements (i.e., firm-fixed-price, labor-hour contract, etc.; up-front payment, invoicing monthly, etc.)? (4) What is your normal workload grouping for the anticipated tasks (a) Integration, (b) Training, (c) Testing? Do you normally provide these services as a turn-key operation (all under one contract), separate contracts, or base it on customer requirements? (5) Are there any customary contract terms and conditions (provide examples if available)?
 
Record
SN01299546-W 20070523/070521235817 (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.