Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2010 FBO #3231
SPECIAL NOTICE

R -- Logistics Test Management Systems

Notice Date
9/27/2010
 
Notice Type
Special Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
F1S0AS0260B001
 
Archive Date
10/15/2010
 
Point of Contact
Anne Hylla, Phone: 6612777708
 
E-Mail Address
anne.hylla@edwards.af.mil
(anne.hylla@edwards.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Notice of Contract Action (NOCA) for a Sole Source Procurement SUBJECT: NOTICE OF INTENT TO AWARD A SOLE SOURCE PROCUREMENT FOR THE FOLLOWING: The statement of work describes the tasks required of the contractor to support 412th Maintenance Group with network hosting, and operations and maintenance of the Logistics Test Management Systems (LTMS). The primary purpose of the Performance Work Statement is to secure hosting for LTMS. DESCRIPTION: INTENT TO AWARD A SOLE SOURCE PROCUREMENT TO URS Group Inc. The Air Force Flight Test Center (AFFTC), Edwards Air Force Base, CA intends to award a Sole Source FFP Purchase Order to URS Group Inc., 2020 East First Street, Suite 400, Santa Ana CA 92705-4032. The Sole Source FFP purchase will be for 12 months the following commercial service: DESCRIPTION OF SERVICES 1.0 SCOPE This Performance Work Statement (PWS) describes the tasks required of the incumbent to support the 412th Maintenance Group with network hosting, and operations and maintenance of the Logistics Test Management System (LTMS). The period of performance is Fiscal Year (FY) 2011. The primary purpose of this PWS is to secure network hosting for the LTMS. The Logistics Test Management System (LTMS) is the primary LT&E data repository and analysis tool. It is designed to reduce the amount of time and number of people required for LT&E analysis by providing an automated method of collecting, archiving, analyzing, and reporting on LT&E data. The application is written in Microsoft's SQL Server, with a user interface built in.NET. Its main functions include: • Generation of test point specific data collection sheets • Entry and storage of completed data collection sheets • Review and approval of data • Data reduction • Generation of analysis charts • Test point tracking The system is a web based tool, and as such is available to test team personnel at any test site. Contractor personnel working on military acquisitions programs also have access to the tool because it is currently located on a non-government network system. Access to the tool is restricted to personnel with active accounts and authorizations. 2.0 DESCRIPTION OF SERVICES 2.1. Server System: Network Hosting, Maintenance & Operations 2.1.1. Hosting The LTMS system shall be hosted on contractor operated computer servers from 1 October 2010 to 30 September 2011. The LTMS System's web address of www.logtestmanagementsystem.org shall be maintained. The contractor's network system shall be compatible with SQL Server and.NET, upon which the LTMS system was developed. The incumbent's network operating system must remain updated, with current updates and patches. Adequate amount of electronic storage for LTMS application and data shall be provided, and shall take into consideration LTMS System growth. The number of users is estimated to grow to be more than 250. The number of LTMS projects is estimated to grow to be more than 30. Each project will include up to an estimated 2500 record entries. 2.1.2. Availability The system shall be available, via high speed connectivity, for 24 hours a day, 7 days a week. Periodically, sustainment of the LTMS will require system modifications and minor software upgrades. The incumbent shall monitor system use and schedule uploading of modifications and upgrades at a time when there are an expected low number of users on line. Normal user operations are expected to occur during Monday through Friday, 0600 to 2400 pacific time. During these times, bringing the system down for maintenance could have a negative impact on the users. Notice shall be delivered to the government's project manager at least 24 hours prior to scheduled down time. If the system goes down unexpectedly and cannot be brought back up within 30 minutes, notice should be delivered to identify the problem and the expected return to service time. Notice for all downtime shall be made to the government project manager and alternate by email. 2.1.3. Electronic Security The LTMS system shall be protected from unauthorized access or manipulation. Only authorized users shall be allowed access, and only from the approved domains of.mil and lmco.com. Data integrity shall be maintained, including protection from malicious software. The network system shall be maintained with current security updates, patches, and virus protection. The incumbent shall provide nightly backup of user entered data to a removable media that is stored external to the LTMS System. This backup shall occur after 2400 pacific time so as to include all of the day's user entered data. The backups will be kept for a minimum of 30 days. A permanent data backup shall be made at the end of each fiscal year (30 September) and delivered to the government. 2.1.4. Physical Security The network system's components shall be secured, and provided protection from unauthorized physical access and damage. 2.2. LTMS Application Maintenance The LTMS application must work as designed and intended. Individual functions that may not work, or not work as designed, shall be fixed in this task. Fixes shall be tracked and planned through the CM tool, while approval to begin a fix will be communicated via email from the government PM. Fixes shall be tested by the incumbent prior to being pushed to the live LTMS version. Application configuration management shall be accomplished. Any documentation changes required as a result of these fixes shall be accomplished in accordance with section 2.4 below. 2.3. LTMS Application Enhancements As the LTMS application is used to its full potential, functionality shortfalls and opportunities for improvement may present themselves. Changes to the application to fix these shortfalls or take advantage of these opportunities shall be accomplished in this task. Enhancements shall be tracked and planned through the CM tool, while approval to begin an enhancement will be communicated via email from the government PM. Enhancements shall be tested by the contractor prior to being pushed to the live LTMS version. Application configuration management shall be accomplished. Any documentation changes required as a result of these application changes shall be accomplished in accordance with section 2.4 below. 2.4. LTMS Application Documentation Application documentation is required, and will be accomplished to reflect changes made by application maintenance and enhancements. Documentation tasks include updating and delivery of the administrator guide and code documentation. If an application maintenance or enhancement changes the code enough to render the administrator guide and code documentation inaccurate, that affected documentation shall be updated. Also included are updates to the user guide. If an application maintenance or enhancement results in the user being required to follow a different procedure than that outlined in the most current version of the user guide, that guide shall be updated to reflect the new procedures. 2.5. Certification & Accreditation (C&A) The Department of Defense Information Assurance Certification and Accreditation Process (DIACAP) must be accomplished on the LTMS system. The incumbent shall develop a plan and budget estimate to define how the DIACAP process will be accomplished on LTMS, and what the expected cost to the government will be. This estimate shall include cost of changes to the LTMS application that must be made in order to achieve the C&A, and any documentation changes required as a result of these application changes. This plan and budget estimate shall be delivered to the government no later than 31 March 2011. 3.0 GOVERNMENT FURNISHED PROPERTY AND SERVICES 3.1. The LTMS System The Logistics Test Management System, which is a government owned and operated, web based, software application, is used for the management and execution of the Logistics Test & Evaluation (LT&E) process. 3.2. Configuration Management The 412 MXLS has designed a Configuration Management (CM) tool within the MS Excel application. The incumbent shall be required to utilize this, or a similar tool to manage and communicate LTMS changes and change status with the government PM. Identification of specific problems or enhancements on this tool does not constitute authority to work, but rather only identifies the work that the government is interested in having performed. Authority to begin work on any line item within the tool will be communicated to the incumbent by the PM through email. Please note that this is not a request for competitive proposals. However, all interested parties who believe they can meet the requirement are invited to submit in writing complete information describing their ability to provide the required supply described above. Responses may be sent via e-mail to Anne.Hylla@edwards.af.mil or faxed to 661-277-0470 Attention: Anne Hylla. Information received as a result of this notice will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Air Force not to open the requirement to open competition, based on response to this notice, is solely within the discretion of the Air Force. If the office has not received any affirmative written responses by 30 Sep 2010, at 9:00 a.m. Pacific time, a Sole Source FFP award will be awarded to URS Group Inc., 2020 East First Street, Suite 400, Santa Ana, CA 92705.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S0AS0260B001/listing.html)
 
Place of Performance
Address: 5 South Wolfe Ave, Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN02297557-W 20100929/100927234252-32a0149fd7307764b72d49e69f75ca93 (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.