Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2011 FBO #3368
SOLICITATION NOTICE

70 -- CMOS WEB SOLUTION RFI

Notice Date
2/11/2011
 
Notice Type
Presolicitation
 
Contracting Office
200 East Moore Drive, Bldg. 888, Ste 1061MAFB-GUNTER ANNEX, AL
 
ZIP Code
00000
 
Solicitation Number
R2732
 
Point of Contact
JOHN CROWELL john.crowell@gunter.af.mil
 
E-Mail Address
E-mail the POC
(john.crowell@gunter.af.mil)
 
Small Business Set-Aside
N/A
 
Description
(1) REQUEST for INFORMATION (RFI). The Government is seeking small and large business contractors (as part of conducting market research) that have the ability to provide Web Development capabilities to move the Air Force Cargo Movement Operations System (CMOS) Client/Server system to a Web base application and architecture. Respondents to this RFI should provide capability statements as qualified prospective vendors capable of providing the services that support the objectives identified in the RFI. The Transportation Branch (ESC/HGGJ), for the CMOS Program Management Office (PMO), is conducting this RFI to determine sources with core competencies and demonstrated experience in Web application development with the complexity of the Air Force CMOS legacy system. The area of focus for this effort is to move the CMOS system from a client/server architecture to a web based architecture. This effort is not limited to the CMOS client application and/or the database server itself. It is an effort to provide and complete a Web based solution for the CMOS system. The contractor will team with the government to work all phases of this effort. The effort is to ensure the CMOS web version is a complete web solution and is a fully integrated browser, application server and database system solution. The effort is a multiple phase effort with each phase of the effort concluding with a review and government approval to proceed (see Section 4.2 of the draft Performance Work Statement (PWS)). The first phase of the effort will be an analysis phase. The second phase will be the design phase. The third phase will be a build phase, which will be an iterative build cycles with the last cycle being Component Validation and Integration (CV&I) testing. Th! e fourth phase will be a government test phase in which the contractor will support government testing and repair deficiencies and redeliver new code to the government for retesting. The fifth phase will be the User Expectation Test (UET) phase in which the contractor will support the deployment of the web version of software to DISA. UET is live testing with a limited number of bases. This Phase will conclude with a Field Readiness Review (FRR) and a decision to deploy the CMOS web system worldwide. The final Phase will be support for worldwide deployment and provide maintenance support. The draft PWS provides more detail for each of the above mentioned phases. (2) THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI marked Proprietary will be handled in accordance with applicable regulations and statutes. Responses to the RFI will not be returned. Information provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process for CMOS contracts. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. This RFI is a request for interested parties to describe their technical capabilities and demonstrated experience with software development, integration, deployment, accreditation and technical support. All interested contractors are requested to provide written response to the questions below. A response to this RFI is necessary in order to assist the CMOS PMO in determining the potential levels of interest, adequate competition, and technical capability to provide the required services. TARGET AUDIENCE: This is an unrestricted request for information. All businesses are requested to respond to this RFI to assist the CMOS PMO in formulating an acquisition strategy that fairly considers business ability to participate in the acquisition, either as prime contractors or as subcontractors. All small-businesses must submit responses that demonstrate their qualifications to make a determination for a small business set-aside. Please note that personnel with DoD Secret clearances (minimum) will be required at contract award. Interested businesses are requested to submit a response to the Contracting Officer no later than close of business (COB) 5:00 p.m Central Standard Time (CST) 4 March 2011. Late responses will not be considered. Respondents shall also include in their response to this RFI the following information: a.Business sizeb.DUNS numberc.CAGE Coded.The North American Industry Classification System Code (NAICS) for this effort is 541512All interested vendors shall request a copy of the CD that has the supporting documents that have the CMOS Baseline Requirements for this effort. This CD will be overnight-expressed to each interested vendor by way of Federal Express. Please email either John E. Crowell (john.crowell@gunter.af.mil) (Contract Administrator) or Ms. Sharon F. Stallings (sharon.stallings@gunter.af.mil) (Contracting Officer) to request a copy of the CD. When submitting your request for the CD, please include the following: Vendor NameContact Person Information (c/o)Vendor AddressContact Person Telephone Number Additionally, responses should include recent (within the past five years or work that is on-going) and relevant (work similar in type, scope, and complexity) experience, to include contract numbers, project titles, dollar amounts, a clear description of the work performed, and points of contact with telephone numbers where the responder performed the relevant work. Provide a list of the current contract vehicles your services may be procured from, to include the General Service Administration (GSA), Federal Supply Schedule (FSS), NETCENTS, Information Technology Enterprise Solutions (ITES) and any other government contract vehicle. Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the Government determining the respondent is not capable of performing the objectives. (3) REQUESTED INFORMATION: In addition to the information to be included from the above paragraph, interested vendors are requested to submit a statement of their knowledge and capabilities to perform the following: 1. Provide your comments on the proposed development approach outline in the draft PWS. What you liked and what did you see could be improved. Provide your approach to the development of the CMOS web system. 2. Provide a high level schedule to complete each of the phases of the CMOS web system. 3. Provide a spreadsheet describing your team make up for each phase; include labor categories and hours to complete each phase. Provide an estimated ROM (Rough Order of Magnitude) cost to complete each phase and provide a ROM cost for the total project. 4. Describe your development team. List the skill sets of key personnel. 5. Explain how you incorporate Functional subject matter expertise (SME) as part of your development team to provide business process flow for developers. 6. Explain your development approach and your ability to provide a fully integrated web application environment. 7. Describe your development capability to integrate Savi Site Manager and supporting active RF Identification (RFID) technology. 8. Describe your management approach for providing the Government insight into project progress and status. 9. Identify risks you see in the current PWS. Provide comments on areas where you see concerns. 10. Describe your process for including Information Assurance into your software development process. 11. Describe your Configuration Management (CM) process for maintaining and tracking application software version control. 12. Identify and describe other similar efforts your company has been involved in. Provide URLs to web site you have developed. Responses:Responses should be no more than 25 pages (this does not include the cove page). Interested vendors should forward their capabilities and other information to be considered to ESC/HGGK, Mr. John E. Crowell, john.crowell@gunter.af.mil or Ms. Sharon F. Stallings, sharon.stallings@gunter.af.mil. Responses to this RFI are to be submitted by and RECEIVED by close of business (COB) 5:00 p.m. Central Standard Time (CST) 4 March 2011. Responses must be single-spaced, Times New Roman, 12 point font, with one inch margins, and compatible with MS Office Word 2003, or later, and no more than 25 pages in length. Note: Late responses will not be accepted or considered. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled in accordance with applicable regulations and statues. Please be advised that all submissions become Government property and will not be returned. All Government personnel reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. All interested vendors shall request a copy of the CD that has the supporting documents that have the CMOS Baseline Requirements for this effort. This CD will be overnight-expressed to each interested vendor by way of Federal Express. Please email either John E. Crowell (john.crowell@gunter.af.mil) (Contract Administrator) or Ms. Sharon F. Stallings (sharon.stallings@gunter.af.mil) (Contracting Officer) to request a copy of the CD. When submitting your request for the CD, please include the following: Vendor NameContact Person Information (c/o)Vendor AddressContact Person Telephone NumberPoints of Contact:Contracting Officer: Ms. Sharon F. StallingsPhone: 334-416-1659E-Mail: sharon.stallings@gunter.af.mil Contract Administrator: Mr. John E. CrowellPhone: 334-416-4734E-Mail: john.crowell@gunter.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/R2732/listing.html)
 
Record
SN02378935-W 20110213/110211234702-7aec3dcfcd87daf4b5b635e00770515c (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.