Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2007 FBO #2018
MODIFICATION

A -- Human Systems Integration Services

Notice Date
6/4/2007
 
Notice Type
Modification
 
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
00000
 
Solicitation Number
Reference-Number-RFIFORAFRLMAY07
 
Response Due
6/15/2007
 
Archive Date
6/30/2007
 
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
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 corporations 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 contractors 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. Please note the actual NAICS code that will be applicable to this Advisory and Assistance Services (A&AS) effort is 541990-All Other Professional, Scientific and Technical Services. INTRODUCTION: The 311 HSW/PKAC, Brooks City-Base, TX, is planning to award Advisory and Assistance Services in support of the 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 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 with either an explicit or implicit human component (i.e., aircraft availability, maintenance). 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 support (i.e., standardizing, maintaining, and marketing) and data mining new information for inclusion on the existing HSI Community of Practice (an informational repository on a .mil restricted site) residing on the Air Force Knowledge Now website. 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? If you are a small business, do you also qualify under any of the sub-categories (small business, small disadvantaged business, woman-owned small business, HUBzone small business, service disabled veteran-owned small business or veteran-owned small business)? 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 under the SCOPE Section? 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 under the SCOPE Section. Describe your qualifications, projects, and applicable experience. 9. Do you see any issues/problems with the tasks under the SCOPE Section? 10. Identify risks and provide risk mitigation strategies to the tasks identified under the SCOPE Section. 11. What DOD and AFRL data systems useful to the HSI community are you aware of? Please list. 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 Contracting Officer, Mr. Kim Walton by Close of Business 15 June 2007. Responses should include your company's name, address, telephone number, point of contact, and whether your company is 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 (capability/plan packages) must be emailed to kim.walton@brooks.af.mil or mail the CD/DVD to 311th Human System Wing/PKAC, 2510 Kennedy Circle, Bldg 150, Brooks City-Base, TX 78235-5115, Attn: Mr. Kim Walton. Please refer all contracting questions regarding this RFI to the Contracting Officer listed above. The Contracting Officer can be reached via telephone at (210) 536-4421. Please refer all technical questions to the technical point of contact, Mr. Robert Lindberg at (210) 536-4457. 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. Any information received from other sources should not be relied upon as official. The following Questions have been received from industry regarding this RFI. Answers are hereby provided for everyone's information. Former project incumbent information Contractor: TerraHealth, Inc. Contract Number: FA8902-06-D-1002-1501 Award Date: 22 Sep 2006 Expiration Date: 25 May 2007 Contract Value: $917,000 Q-Will the work be performed at Brooks City-Base? A- Not necessarily, mission effectiveness will drive the location or place of performance. Q- What is the anticipated contract type? A- Firm-Fixed-Price, Time and Material, and Cost Reimbursement depending on the risk involved with the services requested. The contract type will be determined upon completing the market research and the acquisition strategy. Q-What is the expected contract start date? A- No Later Than 30 September 2007. Q-Is there an estimated dollar value for follow-on RFP? A-Yes, the actual amount will be determined by higher headquarters. Q-Who are the target audiences for promotional and marketing strategies? A-DoD Senior leadership, Program managers, engineers, requirements developers; DoD -Aeronautical, Command and control (C2), Space/Missiles, Munitions and Medical. Q-What specific strategic agencies are you partnering with to promote your AF HSI strategy? A-Air Staff, MAJCOMS, Acquisition and logistics centers, Air Force Safety Center, Air Force Manpower Agency, Air Force Medical Service. Q-Is the AF HSI assessment model tool a government owned tool or is it proprietary? A-The HSI assessment tool will need to be developed but the recently completed functional analysis is government owned. Furthermore, the Government prefers that the development of the assessment tool be non-proprietary. Q-Will the government provide more information on existing HSI assessment tool or concept? A-As stated above, the assessment tool will need to be developed as part of a future acquisition and the recently completed functional analysis will be provided/shared with the contract award winner. The solicitation when and if it is issued, it will include the necessary technical specification documents. Q-As part of the HSI assessment tool validation, would you consider other proven DoD and commercial HSI models? A-Yes, the government is looking for ideas, in conjunction with incorporating the findings from the recently completed functional analysis, on the best approach to develop, modify, and/or implement the assessment tool. Q-Because the services appear to involve advice on a variety of contracts or efforts, will this restrict the ability of the HSI services provider to bid on these contracts? A-No. Sources are encouraged to bid on resultant solicitations. Q-Will the respond by date of the RFI be slid, and if so, until what date? A-yes, the respond by date for submitting your capabilities package is 15 June 2007. Q-Will you issue a list of responders or potential prime contractors? A-To-Be-Determined based on finalizing the acquisition strategy. Q-Under SCOPE, fifth paragraph, when you speak of existing Air Force operational metrics are you referring to metrics such as aircraft availability? Are there other specific metrics you have in mind? A-Yes, we are referring to metrics such as aircraft availability. We are interested in identifying those operational metrics that have an inherent human component either direct or indirect. Please refer to additional clarification now added within SCOPE. We do not have any specific metrics in mind; hence this is why we have a task within SCOPE seeking appropriate operational metrics with a human component. Q-Under SCOPE, seventh paragraph, reference to Provide HSI Community of Practice... support and data mining. Are you referring to an existing HSI CoP or one that would be established and sustained under this effort? A-Yes, the existing HSI CoP resides within the Air Force Knowledge Now website with restricted access by those using .mil or Air Force Portal. Q-In essence, are you looking for help with startup of an HSI CoP, or more like help with standardizing and sustaining an HSI CoP? A-No, we are not starting up an HSI CoP; only help with the existing one. Q-Under DATA SUBMISSION REQUIREMENTS, #11, are their specific DoD or AFRL data systems that you will want contractors to be able to access and utilize? A-No. We do not have any specific data systems that we expect contractors to have access to at this point in time. We are seeking a listing of DoD and/or AFRL data systems that you are aware of and more than likely had access to or may have access to that would be appropriate for HSI use. Q-Is there a specific format for submission (margins, font/point style, line spacing, page limit)? A-No specific format or page limitation is specified for this RFI.
 
Place of Performance
Address: 311 HSW/PKAC, Brooks City-Base, Texas 78235
Zip Code: 78235
Country: UNITED STATES
 
Record
SN01309639-W 20070606/070604220437 (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.