Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2007 FBO #2005
SOURCES SOUGHT

D -- AETC Contracting Squadron is seeking information concerning the availability of capable contractors to provide IT services for the Technical Training Management System (TTMS) program.

Notice Date
5/22/2007
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, TX, 78150-4302, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-ReferenceNumberLGCDTTMS2007
 
Response Due
6/5/2007
 
Archive Date
6/20/2007
 
Description
This synopsis is issued for informational and planning purposes only. The information requested by this synopsis will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. Please note that the Air Force will NOT be responsible for any costs incurred by interested parties in responding to this request for information. The Air Education and Training Command (AETC) Contracting Squadron is seeking information concerning the availability of capable contractors to provide Information Technology (IT) services for the Technical Training Management System (TTMS) program at Randolph AFB, TX, Goodfellow AFB, TX, Keesler AFB, MS, Lackland AFB, TX, Maxwell AFB, AL, Sheppard AFB, TX, and Vandenberg AFB, CA for the period of 1 Jan 08 through 31 Dec 08 with four one-year option periods to extend services. Overlapping transition period prior to the actual period of performance is anticipated. This RFI is an attempt to locate businesses experienced in IT services that express interest in performing these requirements. This RFI shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. Any information provided to the Government is strictly voluntary and at no cost to the Government. A formal solicitation will be announced separately. The tentative solicitation issues date is 30 July 2007; however, this date is subject to change. The Government plans to award only one contract. A time-and-materials type contract is contemplated. A source selection will be conducted per Air Force Federal Acquisition Regulation Supplement (AFFARS) 5315 and Mandatory Procedures (MP) 5315.3 at HQ AETC, Randolph AFB, TX. Contacts to Government personnel by potential offerors regarding this project are not allowed. The contracting officer, Ms Barbara Untiedt, will post all information regarding this solicitation as soon as it becomes available. Request interested contractors submit a synopsis of your capability package to include the following information: (1) Company name, address, point of contact and their telephone number and e-mail address; (2) Approximate annual gross revenue; (3) Any small business status (8(a), HUBZone, veteran-owned, women-owned, etc.); (4) Indicate if your role in the performance of the consolidated requirement would be (a) Prime Contractor; (b) Subcontractor; or (c) Other, please describe; (5) If you indicated your role as ?Prime Contractor? on Question 4, indicate the functions for which you plan to use subcontractors; (6) If you indicated your role as ?Prime Contractor? on Question 4, please provide brief information you feel would indicate your capability to mobilize, manage, and finance a large service contract such as this (7) If you indicated your roll will be a ?Subcontractor? on Question 4, please indicate which functional areas you intend to cover; (8) Indicate if your company primarily does business in the commercial or Government sector; (9) Please describe any commercial-sector contracts you have performed for similar combined services [if applicable], (10) Indicate which NAICS code(s) your company usually performs under for government contracts, and (11) Please provide suggestions to maximize the effectiveness of the anticipated solicitation and resulting contract in providing quality services to AETC bases. The page limit for the capability package is 2 pages/12 pitch Times New Roman. Request interested contractors submit answers to the attached questionnaire. The page limit for this portion is 10 pages/12 pitch Times New Roman. See NOTE: for further instructions. Request responses be provided no later than 5 June 2007. The planned NAICS (North American Industry Classification System) code is 541512 (Computer Systems Design Services), with the applicable small business size standard of $23 million in annual gross receipts. ALL QUESTIONS/COMMENTS MUST BE EMAILED TO BOTH POINTS OF CONTACT. Any additional information or updates will be posted at the www.fbo.gov. It is the responsibility of interested parties to check this site regularly for any changes or updates. Requirement: (Note: The description herein is a summary of the required services and is not intended to be all-inclusive). Description of Services Provide engineering, integration, and support services tasks required to evaluate, engineer, integrate, configure, field, manage and sustain commercial software, hardware and databases needed for the TTMS. The TTMS is a large-scale client-server/web-based computer system that consists of Commercial/Government-Off-the-Shelf (COTS/GOTS) hardware and software. The purpose of the TTMS is to provide computer-based tools to help the technical training organizations within AETC accomplish their mission. The TTMS will support the following five training functions: course design and development, evaluation, instructor management, student management, and training resource management. The TTMS consists of the following components: personal computer workstations, file servers, LANs, and commercial/government software application packages. Currently, the TTMS has approximately 5,000 users for over 2,000 courses across AETC servicing over 200,000 students per year. The TTMS also interfaces with other government systems including the Military Personnel Delivery System (MilPDS), AETC Decision Support System (ADSS) and the Air Force Recruiting Information Support System (AFRISS). Engineering and integration activities require use of COTS/GOTS hardware and software. Configuration includes configuration management of software, hardware, and documentation used for TTMS development, training, and production. Field and sustainment activities include accomplishment of data building and transition, preparation of comprehensive training and user support materials, and support of individual users, local users' groups and a TTMS Integrated Product Team. Specific descriptions of required services are as follows: a. Program Management: services will include managing all aspects of software and hardware integration, implementation and operations; project planning, resource managements, status reporting and priority management; management of military training programs including course development, delivery, student management and reporting. b. Systems Engineering: services will include providing systems engineering to support information technology projects including configuration management, site surveys, product evaluation and testing, hardware integration, LAN/WAN design, installation, management and troubleshooting. c. Software Integration: services will include providing software integration to include adapting Commercial-Off-the-Shelf software for use by AETC within TTMS. d. Training Program Development: services will include building TTMS training programs that comply with the standards and procedures used within AETC. e. Training Delivery: services will include management and delivery of TTMS training in an automated classroom environment using student workstations. f. Customer Support: services will include providing direct support to customers operating TTMS software and equipment; tracking and reporting problems, interfacing with user groups, and assisting customers in employing information technologies for defined business processes. Services will be provided both on-site and remotely. g. Systems Administration: services will include hardware and software administration; managing Oracle relation databases, systems security, and user accounts; overseeing LAN/WAN operations, troubleshooting, service calls, and repair of TTMS equipment. Services will be provided both on-site and remotely. h. Security: services will include preparing and updating all security documentation required by DoD and AF instruction for TTMS to obtain and maintain a Certificate to Operate and a Certificate of Networthiness. i. Quality Assurance: services will include test validation at the unit, integration and system levels and monitoring processes. Small Business (SB) Set-Aside Determination: The Government reserves the right to decide whether or not a SB set-aside is appropriate for this acquisition based on responses to this notice. In order for the Government to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capability to successfully perform and manage all the requirements of this magnitude. In the solicitation, the extent to which prime contractors provide for the significant use of small and small disadvantaged business subcontractors will be a consideration in the evaluation of proposals.
 
Place of Performance
Address: Keesler AFB, MS, Randolph AFB, TX; Goodfellow AFB, TX; Lackland AFB, TX; Maxwell AFB, AL; Sheppard AFB, TX; and Vandenberg AFB, CA
Zip Code: 78150
Country: UNITED STATES
 
Record
SN01300277-W 20070524/070522220705 (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.