Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2016 FBO #5364
SOURCES SOUGHT

D -- Aviation Data Management System (ADMS) - Draft SOW

Notice Date
7/29/2016
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Acquisition Division - Kansas City, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
 
ZIP Code
64106
 
Solicitation Number
NMAN6000-17-00006
 
Archive Date
9/13/2016
 
Point of Contact
James E. Price, Phone: (816) 426-7464, Kevin J Buum, Phone: 816-426-7461
 
E-Mail Address
james.e.price@noaa.gov, kevin.j.buum@noaa.gov
(james.e.price@noaa.gov, kevin.j.buum@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
DRAFT Aviation Data Management System (ADMS) Statement of Work (SOW). IMPORTANT NOTE: For companies interested in this Federal Business Opportunities (FBO) RFI notice, please ensure responses provide the requested information outlined below. The purpose of this notice is to obtain information and identify potential sources as part of National Oceanic and Atmospheric Administration (NOAA), Office of Marine and Aviation Operations (OMAO), Aircraft Operations Center (AOC) market research for a tentative future requirement for Aviation Data Management System (ADMS) and to see what product or product's companies offer that may meet the Government's need as further defined in the attached "DRAFT" Statement of Work (SOW). No Request for Proposal (RFP) exists, therefore, do not request a copy of the RFP. Based on market research the Government reserves the right depending on responses received and any acquisition strategy to post any future solicitation documents electronically through https://www.fbo.gov/ Interested vendors are encouraged to register with https://www.fbo.gov/ to receive a notice of availability if and when a solicitation for this requirement is issued. Contracting Office Address and Point of Contact Department of Commerce (DOC) National Oceanic and Atmospheric Administration (NOAA) Acquisition and Grants Office (AGO) Eastern Acquisition Division (EAD) Attn: James E. Price 601 E. 12th Street Room 1734 Kansas City, MO 64106 Submit via email any questions with relation to the aforementioned notice to Contract Specialist at james.e.price@noaa.gov by August 11, 2016 at 12:00pm Central Daylight Time (CDT). All contractors doing business with the acquisition office must be registered with the System for Award Management (SAM). An award cannot be made unless the vendor is registered in SAM. For additional information, and to register in SAM, please access the following website: https://www.sam.gov/portal/public/SAM/ In order to register with SAM and to be eligible to receive an award from this acquisition office, all offerors must first have a Dun & Bradstreet (D&B) DUNS number. A DUNS (Data Universal Numbering System) number may be acquired free of charge at the following website: http://fedgov.dnb.com/webform Description The DOC/NOAA/AGO/EAD contracting office anticipates to solicit (i.e. tender) in the near future for Aviation Data Management System (ADMS). The ADMS will be used by the Aircraft Operations Center (AOC) located at MacDill AFB, FL. The AOC is a Center of the NOAA Office of Marine and Aviation Operations (OMAO). The AOC fleet of 9 aircraft is flown in support of NOAA's mission to promote global environmental assessment, prediction, and stewardship of the earth's environment. Support staff at AOC of up to 110 employees operate and support these aircraft throughout the United States and around the world. Currently, most activities related to aircraft operational management including maintenance, parts, inventory, and accounting are managed using an online aviation management software of our current contractor. All flight management, maintenance, accounting, and reporting are conducted on this 24/7 customized internet based software, which is remotely accessible by AOC personnel. More detailed information on NOAA AOC can be found at www.aoc.noaa.gov. The objective of this potential and future AOC ADMS acquisition will be to require an integrated database system capable of managing information critical to the following functions of its aviation program: 1) flight management; 2) training; 3) science and engineering; 4) maintenance; 5) inventory; 6) accounting; and 7) metrics. The contractor shall integrate and/or maintain information currently stored in AOC's current incumbent provider databases and spreadsheets into a centralized data clearing house for aircraft management data. The contractor shall provide a system with an integrated architecture that allows for efficient data storage and recovery, provides access to operationally critical information, and offers effective management tools. This ADMS must also provide independent compatibility for mobile platforms (Android, iOS and Windows) and compatibility for web browsers (Current version of IE to version 9.0; Chrome; Firefox, Safari). The ADMS shall be able to accommodate the data currently stored in AOC's current incumbent provider databases and use it effectively in data forms and reports described herein. The contractor shall ensure no down time between the ADMS and the incumbent provider during the transfer of services. In addition, the contractor shall migrate all AOC data from the incumbent vendor prior to the ADMS initial operating capability notice. To be used effectively as a management tool, the ADMS must offer extensive data entry and reporting capabilities that allow custom forms and reports to be generated in-house. AOC personnel must be able to build customized data reports in a reasonably short period of time with minimal effort. The ADMS shall provide the means to query the stored data and generate reports from the queries. The queries shall allow searches on any one substantive record attribute or combination of attributes, and allow the use of wildcard characters. The reports shall present query results using text and/or optimal bar graphs, line graphs, and pie charts. A critical design review shall occur before the final operating capability is achieved to ensure that AOC enhancement requirements will be met. The contractor shall provide technical support and additional support services to address problems with or make necessary modifications to the aviation data management system, including equipment and software delivered by the contractor. The contractor shall address technical support requests from AOC within 24 hours. Access to the system shall be controlled through an administrative role that may be performed by select individuals at AOC. Privileges to perform administrative read, and write functions shall be controlled independently through the administrative role. The contractor shall supply complete documentation of data system user functions and a user manual, by the final operating capability of the ADMS. The capability to download a copy of the raw aviation data shall also be provided by final operating capability. The contractor shall provide account access for all users designated by AOC and provide initial end-user training to AOC users at the center's location. If appropriate to the system, module-specific training shall be provided. The contractor shall also provide a "train-the-trainer" style program for additional AOC personnel at AOC's location. The ADMS requirement and levels of services are outlined by the attached "DRAFT" SOW to ensure that the ADMS that may be procured will meet NOAA's requirements and minimum acceptable quality standards. The services will be performed at NOAA AOC, MacDill AFB, FL. The contractor shall provide all management, tools, materials, supervision, supplies, equipment, transportation and labor necessary to ensure that all necessary and required work are performed in accordance with the requirements contained in the attached "DRAFT" SOW. The anticipated forthcoming solicitation will require companies who wish to tender, to propose prices as "Firm-Fixed-Priced"; whereby such proposed pricing will not be subject to adjustment, revision, and/or negotiation during the Government's evaluation process leading to a subsequent contract award decision. The period of performance is anticipated to be one (1) base year and four (4) one (1) year option periods. IMPORTANT NOTE: Although a "DRAFT" SOW is being provided, this notice does not constitute a solicitation. The "DRAFT" SOW describes only the currently contemplated possible scope services and may vary from the work scope in a final SOW included in any potential future RFP. The Government may use the responses to this notice is for market research, information, and planning purposes only. Responses to this RFI are not quotes on which NOAA can issue any Schedule order(s) or Contract based only on responses to this RFI. All information received in response to this RFI marked "Proprietary" will be protected and handled accordingly. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Responses to the RFI will not be returned. Responders are solely responsible for all expenses associated with responding to this RFI. NOAA will not pay for information received in response to this RFI. There is no commitment by the Government to issue an RFP, make award or awards, or to be responsible for any monies expended by industry responses to this RFI. Requested Information The following is requested from interested companies; (a) Submission of information. Submit requested information electronically via email to James E. Price at james.e.price@noaa.gov at or before August 29, 2016 at 2:00pm Central Daylight Time (CDT). Electronic files shall be submitted in Portable Document Format (PDF), compatible with Adobe Reader. Information may be submitted on letterhead stationery, or as otherwise specified in the notice. As a minimum, requested information must show- (1) The RFI number; (2) The time specified in the notice for receipt of information; (3) If/When the aforementioned Aviation Data Management System (ADMS) is formerly solicited by the Government, would your company be interested in providing a proposal? (4) Company name, address, telephone number, CAGE Code and DUNS number of the vendor; (5) Company point of contact name, email address, and telephone number; (6) Socioeconomic category (ie. small business, veteran-owned small business, service-disabled veteran-owned small business, Historically Underutilized Business Zone (HUBZone) small business, small disadvantaged business, and women-owned small business concern). If you are a large business please state that you are; (7) GSA Schedule Contract Number; (8) Please indicate if your company capabilities and if you are currently providing or have provided in the past three years (3) like-services similar in scope and complexity for any other Government or public sector agency. If, so, please provide a listing of those contracts/projects with respective agencies, points of contacts, and estimated contract cost; (9) A technical description of the software product being offered in sufficient detail to evaluate compliance with the requirements in the "DRAFT" SOW, including product literature, color photographs, and specifications; (10) Evidence that the vendor is authorized to provide the items being offered; (11) Provide the estimated time of delivery of the item that meets NOAA requirements in months or weeks after receipt of contract; (12) Estimated Price and any discount terms; (13) Provide any other information not specifically mentioned in this RFI that your company feels would be beneficial to the Government; (14) Provide the Government with the names and address of any proposed subcontractor, and what portion of the work they would perform. The reserves the right to approve or disapprove any subcontractor; (15) Based upon the attached "DRAFT" SOW, are there any aspects that are unclear and/or do not allow a clear understanding of the Government's requirements? (16) Based upon the attached "DRAFT" SOW attached, are there commercial industry practices that appear to differ greatly than what is being requested by the Government under the anticipated, forthcoming solicitation/tender? (b) NOAA encourages appropriate vendor demonstrations as a useful way for NOAA staff members to stay abreast of the types of products, technology and/or services available in the marketplace that may be useful to support NOAA operations and programs. If necessary and required based on responses to this RFI, the Government reserves the right to schedule vendor demonstration meeting and have discussions between vendor personnel and NOAA representatives regarding the capabilities of the vendor ADMS being offered. All vendor demonstrations will be authorized, approved, and conducted by the Contracting Officer to ensure they do not create a potential exclusive situation that gives competitive advantage or otherwise disadvantages participants in any potential future competition. (c) Late submissions. (1) Vendors are responsible for submitting information so as to reach the Government office designated in the notice by the time specified in the notice. (2) Any information received at the Government office designated in the notice after the exact time specified for receipt of information is late and will not be considered unless the Contracting Officer determines that accepting the late information would not unduly delay timely completion of market research information evaluation(s). (3) If an emergency or unanticipated event interrupts normal Government processes so that information cannot be received at the Government office designated for receipt of information by the exact time specified in the notice, and urgent Government requirements preclude amendment of the RFI or other notice of an extension of the closing date, the time specified for receipt of information will be deemed to be extended to the same time of day specified in the notice on the first work day on which normal Government processes resume.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/NMAN6000-17-00006/listing.html)
 
Place of Performance
Address: Aircraft Operations Center, P.O. Box 6829, MacDill AFB, Florida, 33608, United States
Zip Code: 33608
 
Record
SN04201452-W 20160731/160729234412-3e7efac58804c4150e068a898244c64d (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.