Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 30, 2000 PSA #2737
SOLICITATIONS

D -- INTEGRATION LOGISTICS SYSTEMS -- SUPPLY

Notice Date
November 28, 2000
Contracting Office
Headquarters Standard Systems Group, HQ SSG/PKT-4, 200 East Moore Drive, Bldg 888, Maxwell AFB-Gunter Annex, AL 36114-3004
ZIP Code
36114-3004
Solicitation Number
F01620-00-R-8607
Point of Contact
Cynthia C. Crews, Contracting Officer, 334-416-6264 and Sandi Bader, Contract Specialist, 334-416-1780
E-Mail Address
Click Here to E-mail the POC (cynthia.crews@gunter.af.mil)
Description
NOTICE OF CONTRACT ACTION (NOCA), MODIFIED TO EXTEND ANTICIPATED RLEASE DATE OF REQUEST FOR PROPOSAL. On or about 1 DEC 00, the Headquarters Standard Systems Group (SSG) of the Air Force Materiel Command (AFMC) anticipates releasing a Request For Proposal on the Integrated Logistic Systems -- Supply Program to determine the existence of potential sources capable of providing software development services and associated Commercial software licenses in support of Increment II of the Integrated Logistics System -- Supply (ILS-S) Program. Offerors will be given 30 days to respond to this solicitation (15 days for past performance). Responding firms shall indicate whether they are a large business, small business, small-disadvantaged business, 8(a) concern, women-owned business, or HUBzone small business. Background Information: The ILS-S Program Office (HQ SSG/ILS) intends to select a component application developer. The ILS-S Program will modernize AF-wide retail supply management, replacing the 30-year old legacy Standard Base Supply System (SBSS). The modernized system must seamlessly integrate with other logistics systems, providing total asset visibility, facilitating regionalization, and enabling the war fighter to control, order, receive, and exploit materiel in a cheaper and more efficient manner. When fully implemented, ILS-S will be operational at over 100 main Air Force and NATO operating locations, and more than 200 satellite locations world-wide. The modernized system will operate on the Global Combat Support System -- Air Force (GCSS-AF) Integration Framework, which utilizes a "component-based" architecture. A component application development contract will be awarded using full and open procedures. No solicitation is available AT THIS TIME. The overall ILS-S acquisition strategy consists of two overlapping increments. Increment I is a technical refresh of the existing SBSS. Increment II includes both business area integration activities, and the component development effort. SSG Software Factory is accomplishing the SBSS technical refresh, while GCSS-AF business area integration will be performed by the existing contractor, Lockheed Martin -- Owego, New York. Key activities for Increment I are to web-enable the legacy system and move to an open systems environment. The task for Increment II is to develop a componentized retail supply system, and field these components on the GCSS-AF Integration Framework. The component development contract will have a term of up to ten years, including the potential for sustainment. Work scope consists of development and sustainment of application components necessary to replace the SBSS. It also allows for the probability of developing and sustaining common functionality components for the other retail supply systems (currently AFEMS, IPMS, CAS-B, DO35K). The Government plans to issue a single ID/IQ, task order contract award. Contract award is planned for March 2001. Pricing will be negotiated in accordance with FAR Part 15. The SIC code for this effort is 7373. This effort will employ an evolutionary "spiral" development methodology to define, develop, integrate and field ILS-S components. This approach allows the Government maximum flexibility in identifying and prioritizing component functionality, while enabling the developer to incorporate on-going "lessons learned". Most importantly, an incremental approach allows the user to receive fielded versions of the system much sooner when compared to traditional "big bang" development. Pre-solicitation Activities: Throughout the pre-solicitation process, information has been posted on the Hanscom Electronic RFP Bulletin Board (HERBB), (http://www.herbb.hanscom.af.mil) and the ILS-S Informational Website, (http://web1.ssg.gunter.af.mil/il/ilss) as it has become available. On 31 Mar 00, a Sources Sought Notice was published in the Commerce Business Daily (CBD). Eighteen firms responded to this announcement. The informational packages provided valuable data on various technical and management aspects of ILS-S. On 19 Apr 00, an Industry Day was held at HQ SSG. The purpose of this meeting was to provide an overview of ILS-S program content and requirements, and to solicit general feedback from Industry. On 20 Jun 00, a Pre-solicitation Notice was published in the CBD, describing the qualifying or screening criteria for the component development effort, IAW FAR Part 15.202, "Advisory Multi-Step Process". A second Industry Day was held at HQ SSG on 29 Jun 00. Agenda included briefings on ILS-S acquisition strategy, GCSS-AF IF architecture and roles/responsibilities, and the request for qualification packages. On 12 Jul 00, fifteen sources responded to the Pre-solicitation Notice with qualification packages. Using criteria posted on HERBB and the ILS-S Informational Website, the Government identified five "Highly Competitive" sources. The names of these firms were then posted, to facilitate teaming arrangements. Also, all respondents were notified that no firm would be denied the opportunity to submit a proposal. The initial draft RFP was released to Industry via HERBB and the ILS-S Informational Website on 14 Aug 00. Feedback was obtained from interested firms. On 27 Sep 00, a revised draft RFP, reference documentation, and responses to Industry questions on the draft RFP were posted to HERBB and the ILS-S Informational Website. Ombudsman: An Ombudsman has been appointed to hear concerns from offerors or potential sources. The purpose of the Ombudsman is not to diminish the authority of the Program Manager or Contracting Officer, but to communicate offeror concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of the proposals or in the source selection process. The Ombudsman should only be contacted with issues or problems previously brought to the attention of the Program Manager and/or the Contracting Officer which could not be satisfactorily resolved, or issues that require contractor confidentiality. The Ombudsman for this acquisition is Mr. Melvin Carr, Jr., SSG/PK, Telephone Number: 334-416-5323.
Web Link
ESC Business Opportunities Web Page (http://www.herbb.hanscom.af.mil)
Record
Loren Data Corp. 20001130/DSOL003.HTM (D-333 SN507550)

D - Automatic Data Processing and Telecommunication Services Index  |  Issue Index |
Created on November 28, 2000 by Loren Data Corp. -- info@ld.com