Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 16, 2021 SAM #6988
SPECIAL NOTICE

99 -- Request for Information - modernizing the Air Force (AF) Foreign Military Sales (FMS) legacy systems (CMCS & SAMIS)

Notice Date
1/14/2021 10:09:28 AM
 
Notice Type
Special Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
FA8630 AFLCMC WFG WRIGHT PATTERSON AFB OH 45433-5337 USA
 
ZIP Code
45433-5337
 
Solicitation Number
RFI-FA8630-21-FMS
 
Response Due
1/29/2021 9:00:00 AM
 
Archive Date
02/13/2021
 
Point of Contact
Michelle Childress, James Bane
 
E-Mail Address
michelle.childress.2@us.af.mil, james.bane.4@us.af.mil
(michelle.childress.2@us.af.mil, james.bane.4@us.af.mil)
 
Description
Request for Information (RFI) on modernizing the Air Force (AF) Foreign Military Sales (FMS) legacy systems (CMCS & SAMIS) THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. This notice is for information and planning purposes only. This RFI does not constitute a solicitation for bids or proposals and it is not to be construed as a commitment by the Government. The information herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. The Government is not obligated to and will not reimburse any costs associated with preparing or submitting a response to this notice and submittals will not be returned to the sender. � � Background Objective The United States Air Force Foreign Military Sales is assessing the most effective way to modernize our current FMS legacy systems. This RFI is looking to garner industry best business practices, most promising methodologies, cloud migration strategies for modernized FMS systems and proven implementation successes. Security/Cybersecurity: �System will be compliant with DoD cyber security regulations. �In addition, the system shall be implemented IAW NIST 800-53 and DoD NetOps Global Information Grid as specified in DoDI 8410.02. �Systems must be modernized and migrated to an affordable open system and hosting environment, no down-time, and no loss of data, functionality, or performance loss, and with minimal mission risk. Legacy System Information Case Management Control System (CMCS) (circa 1990) provides centralized financial and logistical tracking for FMS cases, per congressional mandate. It provides creation and maintenance of case file data related to FMS cases for case planning, execution and management. This central collection point performs unique FMS accounting functions in real-time with on-line interactive financial management capabilities and updating/ reporting operations that interface with other systems during the life of a case. Such functions include obligation authority, commitments, expenditure authority, disbursement of funds, customer billing, total financial reporting, case oversight and delivery of goods made on FMS cases including line and case closure to support the Air Force Security Assistance (SA) mission.� Security Assistance Management Information System (SAMIS) (circa 1985) is the Air Force FMS procurement system which supports the partner countries� sustainment needs. SAMIS provides end to end management of the FMS requisition environment which includes a wide range of functions including order management, MILSTRIP interfaces, status processing, and catalog management. It processes logistical and financial data related to the support of the Air Force SA mission. SAMIS improves the effectiveness, timeliness, and accuracy of data processing relating to Air Force Materiel Command (AFMC) negotiations, acquisition, and physical delivery functions of international logistics support requirements. It manages and supports the purchase of Air Force military equipment and supplies by foreign governments. Legacy System Characteristics ��� �SAMIS and CMCS data is stored in pre-relational database management systems (DBMS) based on hierarchical structures ��� �CMCS has (Information Builders Inc.) mainframe based FOCUS data structures, with approx. 1.5 million lines of FOCUS and COBOL code ��� �SAMIS has (Software AG) ADABAS data structures, with approximately 2 million lines of NATURAL and COBOL code and in addition SAMIS has an extensive Batch system executed by Job Control Language (JCL) that runs shortened cycles during the day and a complete cycle at night.� ��� �SAMIS utilizes COMPLETE as the teleprocessing monitor for its online environment which is programmed in Software AG�s NATURAL code base� ��� �Both systems have a combination of online and batch processing components ��� �A significant number of flat-file interfaces are utilized in the two systems o�� �Between in-house applications (>175) o�� �Internal to the applications (>250) o�� �External entities (>100) ��� �CMCS has approximately 586+ active users (U.S. Government Only) & SAMIS has approximately 884+ active users (Foreign National & U.S. government) o�� �Users have the ability to access both systems via web access through DISA�s MIAP portal; as well as Department of Defense Information Network (DODIN) access (i.e. onsite or VPN connectivity) Instructions for RFI Responses The primary purpose of this RFI is to understand the commercial technology available as well as the proven methodology. As such, this notice requests key information and technical information from interested parties. To respond to this RFI, interested parties should submit a capability statement of no more than eight (8) pages including cover letter and any attachments, describing their approach for this effort. Format specifications include 12 point font, single spaced, single-sided, 8.5 by 11 paper, with 10-inch margins in either Microsoft Word or Adobe PDF. �Title page must include company name, POC information to include telephone number and email address, and/or any partnering arrangements. Information Requested Below is a list of pertinent information relevant to the shaping of this effort- only respond to items related to your solution. �Respondents are encouraged to be as succinct as possible while providing sufficient detail to adequately convey their concepts, challenges, and approaches. If partners are envisioned to be included in your plan, please include that in your responses. �Any proprietary information should be clearly marked as such. � 1.�� �Describe ability to convert COBOL, FOCUS, NATURAL, ADABAS code, JCL �and data structures �hosted within �pre-relational DBMS to java/.net object oriented data structures hosted in relational database format within an oracle relational DBMS without loss of existing software functionality.� 2.�� �Documented proven methodology for code conversion and implementation a.�� �How testing is accomplished b.�� �Validation of the technical and functional conversion� c.�� �Accuracy of the code and database refactoring 3.�� �Demonstrated ability to migrate modernized FMS systems into DoD Cloud environment a.�� �Provide examples of previous Cloud migrations� 4.�� �Architecture of end product a.�� �How legacy data structures are b.�� �What end-state application code will exist 5.�� �Demonstrated performance of previous project(s) within the DoD environment applicable to this effort: a.�� �Within the last 36 months; prime or subcontract b.�� �Provide examples of successful efforts applicable to this effort c.�� �Any pitfalls/lessons learned� d.�� �What was the original proposed timeline? �Was timeline associated with project(s) met? If not, what was done to get schedule back on track?� e.�� �Manpower support positions required by the DoD customer f.�� �Government POCs from previous project(s) 6.�� �Maintenance of code base after implementation a.�� �Describe the ability to make changes to code base after IOC/FOC of system� 7.�� �Describe your Cyber Security approach 8.�� �Providing end-to-end traceability and visibility of case, finance, acquisition, contract, and logistics data 9.�� �Modernizing or Replacing legacy SAMIS and CMCS systems in the case management process a.�� �Data conversion and clean-up needed to provide standardization b.�� �Maintenance and eventual migration of the case data within legacy systems 10.�� � Complying with financial audit and security control requirements a.�� �Federal Information System Controls Audit Manual (FISCAM)� b.�� �Financial Improvement and Audit Readiness (FIAR)� c.�� �Financial Management Regulation (FMR)� Response/Inquiries Responses must be received no later than 12:00 am (EST) on Monday, 29 January 2021. The capability statement shall include a cover sheet and must be submitted in writing by email to AF.FMS.Business.Enterprise.Modernization.Off.Org@us.af.mil and michelle.childress.2@us.af.mil. In addition, interested parties may submit questions regarding the proposed work (not counted in the capabilities statement limit). Answers to those questions will be posted as an amendment to this RFI after the RFI response deadline. Questions should be submitted to michelle.childress.2@us.af.mil. Further details may be requested in follow-on requests or solicitations.� Eligibility We are seeking innovative approaches from a wide array of partners (U.S. citizens only). �AFLCMC/WFR invites all those engaged in such work efforts and appreciates responses from all capable and qualified sources including, but not limited to, private or public companies and non-traditional vendors. �Foreign nationals are ineligible from performing work on this effort and are not permitted access to controlled unclassified or classified information. �Vendors will be required to show proof of U.S. citizenship for a partners. Disclaimer and Notice This is a Request for Information only and does not constitute a commitment, implied or otherwise, that the USAF will take procurement action in this matter. This is NOT a solicitation for proposals. The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for information solicited; repossess will be treated as information only and will not be considered a proposal. This RFI us for the purpose of obtaining knowledge and information for planning purposes only. This RFI shall not be construed as an obligation on the part of the Government. Further, the Government will NOT be responsible for any cost incurred in furnishing this information. � By submitting information in response to this RFI, submitters consent to the release and dissemination of submitted information to any US Government personnel or US Government contractors working on this effort for review. As such, to the extent that any information submitted in response to this RFI is marked as proprietary or business-sensitive information, submitters are hereby notified (a) about the potentiality that such information submitted may be disclosed to Government Third party contractors supporting this program, (b) that submission of information in response to this RFI constitutes consent to such handling and disclosure of submitted information to those parties, and that such proprietary information will be handled in a manner consistent with applicable federal law. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/edbd97d6fd434d3a9dab3a783dc2cbad/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN05892118-F 20210116/210114230106 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.