Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 27, 2001 PSA #3006
SOLICITATIONS

R -- SUPPORT FOR AIRCRAFT AND INTEGRATED SENSOR SYSTEMS

Notice Date
December 24, 2001
Contracting Office
Department of the Interior, Minerals Management Service, Procurement Operations Branch, MS2500, 381 Elden Street, Herndon, Virginia 20170-4817
ZIP Code
20170-4817
Solicitation Number
1435-04-02-PR-85945
Response Due
January 14, 2002
Point of Contact
Cathy Beasley; Fax 703-787-1009
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-20. The following provisions and clauses apply to this acquisition: 1) 52.212-1, Instructions to Offerors-Commercial (OCT 2000); 2) 52.212-3, Offeror, Representations and Certifications-Commercial Items; 3) 52.212-4, Contract Terms and Conditions-Commercial Items (APR 1998), with an addendum; and 4) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (AUG 2000). Solicitation Number 1435-04-02-PR-85945; the solicitation is issued as a request for proposals (RFP). The U.S. Department of Interior's GovWorks, on behalf of the U.S. Department of Defense, Project Manager Signals Warfare, is soliciting proposals to identify a contractor to provide technical and administrative support to adequately and accurately sustain aircraft and integrated sensor systems at a specific sites (units). Prospective vendors must be able to "hit the ground running" with a ramp up time not greater than one week. Expertise and current knowledge in areas of environmental safety, aviation issues, aircraft maintenance, supply regulations, training, airworthiness, Government Property regulations, logistics, software development and graphics are required. Prospective vendors must also have extensive knowledge of deHavilland Dash 7 aircraft maintenance. Potential vendors must be fluent and totally versed in creation and maintenance of user interactive software currently in use to support training, logistics, and graphics missions. Because of the fast pace and continuous input required to maintain the efforts, potential delays in transition of these effort to another vendor will be evaluated extensively to assure the units are not affected. Vendor must possess an in-depth knowledge of the INTEUUser community and their unique mission. STATEMENT OF WORK: Background. The level of support expressed herein for the upcoming year, as well as the option years if exercised, will maintain the existing programs the incumbent contractor manages on behalf of the Government, primarily HQ INSCOM, and anticipates both the assumption of additional responsibilities and the enhancement of current services and deliverable items. HQ 1NSCOM supports the sustainability of military units in the field for all phases: administrative, intelligence, operations, logistics, and communications. The efforts primarily involve the Airborne Reconnaissance Low (ARL) for which this office is directly impacted. Requirements for other programs may be needed. Extensive background in the current programs being executed by the Government, HQ 1NSCOM, in the areas of aviation, logistics, programmatic support, and technical support are required to continue current support being provided without delay. Scope. The Government has a demonstrated requirement for a number of collaborative efforts, which requires extensive technical and marketing support. These include ground-up efforts and continuation of previously initiated programs. Current Requirements. To be delivered in hard copy, CD-ROM, Web, and Software revisions, as directed. Most software programs used for the current requirements are proprietary data of the incumbent contractor. Quick turnaround to develop similar programs will be required by the other competitive bidders to provide support without causing major impacts to the operations of the units. Specialized Briefing Support. Creation of presentations and briefing slides on an on-going basis for various customers within HQ 1NSCOM. These presentations are high-fidelity presentation programs normally not available at the internal admin-support level. Event Planners. Creation of visual display of all scheduled milestones for the ARL Program in graphic media. An on-going effort with data and verification provided by HQ INSCOM. The program includes the development of interactive formats that are Web accessible/downloadable. Environmental Safety Revision. Revision of a command inspection checklist for use in monitoring and assessing organizational compliance with regulations pertaining to environmental safety, HAZMAT, HAZCOM, etc. Updates to be performed as required to reflect user input and regulation revisions, to include software and interactive versions. Aviation COR Revision. Revision of a command inspection checklist for contracting officers and contracting officers' representatives to use in monitoring and assessing contractor performance with respect to DA and Government regulations and standards. Updates to be performed as required to reflect user input and regulation revisions, to include software and interactive deliverables. Minimum Equipment Lists for Aircraft and Prime Mission Equipment Lists. Provide implementation by coordinating with HQ INSCOM and the FAA to adequately retain data to enhance secure flight management operations. Maintenance Revision. Revision of command inspection checklist for HQ INSCOM to use in monitoring and assessing organizational compliance with regulations pertaining to the aviation ground maintenance inspection program. Updates to be performed as required to reflect user input and regulation revisions, to include software and interactive deliverables. Supply Revision. Revision of command inspection checklist for HQ INSCOM to use in monitoring and assessing organizational compliance with regulations pertaining to the supply activity inspection program. Updates to be performed as required to reflect user input and regulation revisions, to include software and interactive deliverables. CLIP Analysis Program. Command inspection checklist software interface for the Command Logistics Inspection Program (CLIP). The CLIP Analysis Program imports digital checklists for archiving and conversion to a common format, and provides the ability for top-level users to compare and assess either individual or multiple units. Updates to be implemented as required to reflect user input and regulation revisions. Aviation Command Inspection Program (ACLP) Revision. Revision of command inspection checklist for HQ 1NSCOM to use in monitoring and assessing organizational compliance with regulations pertaining to the G3 ACIP program. Updates to be performed as required to reflect user input and regulation revisions. Interactive software implementation and systemic deficiency trend analysis functions are anticipated. Automated Briefing Software. This software program will allow user manipulation of PowerPoint briefing and informational slides in an easy-to-use methodology to effect greater administrative control and production of presentation media. Training Program Development. Design, development, and classroom instruction of support issues such as future avionics and others as dictated by the Government. Genesis COR Handbook. Creation of a command inspection checklist program to provide Genesis program CORs with greater ability to measure and administer their duties at the COR and ACOR levels. De-icing Procedure Assessment. Assess process for de-icing or the use of ground-based de-icing/preventative equipment. Constitute guidelines for de-icing as well as assist with the development of regulation for the Army to follow. Maintenance Tracking Program. Creation of a software program to track Time Between Overhaul (TB0) items, inspection items, and aviation-related documentation such as Airworthiness Directives (ADs) and Airworthiness Releases (AWRs). Implementation to address desktop, Web, and extended digital support as required. Document Retrieval Program. Creation and development of a software program used to archive and retrieve aircraft records, reports, and drawings. Hand-Held Software Development. Allows current checklist products to be viewed and scored on a hand-held computer. Systemic Deficiency Development. Methodology within the checklist scoring and analysis regime to allow the determination of systemic deficiencies. This applies to all checklist programs and updates are to be performed as required to reflect user input and regulation revisions. Government Furnished Equipment (GFE) Inventory Program. Design and construction of a comprehensive data base program to reduce the current administrative burden of tracking GFE while simplifying and enhancing GFE maintenance oversight and management. Performance Parameters. (1) The contractor will provide tutorial means to achieve that objective if and when necessary; (2) The contractor will provide clearly understandable and complete file structures in its deliverables; (3) The contractor will develop and provide a comprehensive set of instructions to be distributed with all efforts. These will be clear, concise, and follow standard practices using commercial vendor guidelines; (4) Graphic design orientation may be requested for enhancement of use. Areas of Required Expertise. Database Development. Database development using SQL Server, ORACLE and Microsoft Access. Knowledge of object-oriented programming languages such as Visual Basic and C-H- is necessary. Animation Efforts. Animation and 3-D support may be required, such as the modeling and depiction of projects in a virtual environment. This includes the use of 3-D Studio, Rhino, Flash, and smoothing support programs to provide customers with realistic imagery. General Graphic Support. General low-end graphic support shall be required, to include PowerPoint slide support, enhanced with elements from Adobe products, or high-end non-animated illustration and layout work. Technical Manual Development. Technical manual layout and development to include complete manual design and publishing with embedded animation engineered with auto-executing technology. Expertise in Web-based interface technologies, which allow download to the user or upgrade of installed software, is a plus. Interactive Catalogs. Catalog support shall be provided, such as the development of interactive catalogs, which contain interactive tools that a user can use to view, navigate, and order information or products. Accident Investigative Support. Accident investigative support covers such areas as the analysis of mishaps to determine cause and prevention issues. This effort includes mishap management Flight Data Recorder/Cockpit Voice Recorder (FDR/CVR) analysis and NTAP/CDR data reduction and evaluation. Interactive Event Planners. Development of desktop schedule planners that have interactive features for enhanced, value-added use. This effort includes developing dynamic Event Planners, which permit Web-based planners to be dynamically changed by the user and updated in real time. The Event Planner is viewable on a web page and can be downloaded for individual viewing or printing. The key to the Event Planner is the ability for an authorized user to change his or her data in real time so that the program is a current reflection of program activity. Hardware Development. Technical hardware development for products such as programmable checklists and state-changing LCD panels. Specialized Studies and Analysis. Research development and analysis such as trend. analysis, and development of documentation, which requires interface with the FAA. Examples of these products range from flight manuals and the formulation and administration of Minimum Equipment List (MEL) programs, to the assessment and development of aviation protocols such as standardized de-icing procedures. Future Air Navigation (FANS). Consultation support regarding Future Air Navigation and avionics. This includes the development of support manuals and tailored classes. Training programs. The contractor shall support training programs on issues related to both rotary and fixed wing training (to include such factors as maintenance, safety, and avionics), as well as processes that require a level of ongoing, continual study and education. Assessment Support. The contractor shall have on-staff support personnel related to management assistance who are competent to evaluate aviation activities in regard to FAA and DOD requirements. This includes FAA Repair Station assessments and flight operations under parts 121, 135, and 143. Checklist Development. The contractor shall develop customized inspection checklists for government and commercial applications. The contractor shall hyperlink question reference data, giving users immediate access to the data and requirements underlying the inspection. Checklists are furnished in hard copy and on CD-ROM. The contractor's checklists shall offer a total solution, with systemic deficiency analysis, automatic scoring and tabulation of results, ready access to needed forms, feedback sheets, and report templates. These semi-programmable systems install with a single button-click and run on any standard PC or laptop computer, with versions anticipated to allow data gathering with hand-held computers. Maintenance Program Software. The contractor develops software to provide a general maintenance-tracking program. The system will provide Time Between Overhaul (TBO), item-cycle feedback and provisions to view and track Airworthiness Release (AWR) and Airworthiness Directive (AD) information through a user-friendly interface requiring little or no training cycle. The program will be developed in three stages. Stage one to be oriented for desktop users, stage two for desktop or Web users and the third stage to be developed for other equipment using the common software shell. Data and Document Retrieval Program. The contractor shall develop interactive software to provide a tailored information retrieval program. This program will retrieve any amount of data or documents needed on a routine basis by the customer. The instruction requirements will be minimal in scope, with ease-of-use embedded into the program from the initial concept and designing stages. The software will have expansion potential and can be updated by the customer with assistance by the contractor if needed. Software Development. The contractor shall develop customized program software that supports the following range of user issues, needs, and objectives: (1) Automated assessment programs such as checklists, which require a print and sign feature; (2) Program tools that allow a number of inspections already conducted to be archived and fully retrievable at a central or decentralized location; (3) Analytical tools, which allow archived assessments to be compared and aid in determining conclusions and recommendations; (4) Assessment tools, which allow underlying system deficiencies to be uncovered and enunciated; (5) The development of software intended to be used by investigators in the examination of mishap, accident, or criminal activity. Web-Based Systems. The contractor shall develop Web-based processes that perform the following range of functions: (1) Develop download scripting and menu items that are user-friendly so that digital commodities developed by the Government can be easily obtained by the target user; (2) Develop Web-based products that can be downloaded and updated; (3) Provide Web-based technology, which allows consumer interaction via the Web regarding products such as catalogs and interactive items. Deliverables. The contractor will provide the Government all work efforts in hard copy, CD-ROM, and/or Web, to include one copy supplied to the APM ARL representative for archival purposes. (1) The contractor will report expenditures on a monthly basis via Excel spreadsheet and weekly progress updates as currently performed. Customer Interface. The contractor shall interface with points of contact (POC) directly involved with the effort to be performed. Contractual actions will be handled by APM ARL. Access to Library, Other Material, and Subject Matter Expertise. The contractor shall be given authorization to access a local technical library to obtain information required to fully execute taskings. The Government will provide, where appropriate on an as-needed basis, other publications or Websites required to support efforts that may not be accessible to contractors. The Government will provide the contractor with subject matter expertise when required by the scope of a particular effort. FORMAT FOR TECHNICAL PROPOSAL: The due date for submittal of the Technical Proposal (an original, two hard copies and one electronic copy in Microsoft Word on a disk) will be 3:00 PM Eastern Time on January 14, 2002, at the address specified for receipt of offers below. It shall address the following: Key Personnel, Program Management Plan and Technical Approach, Organizational Experience and Facilities; and Past Performance. Key Personnel. Provide a description of the experience and capability for each of the key personnel on your proposed project team. Descriptions shall address such items as the individual's background, education, work experience, and accomplishments. Show the knowledge that key personnel have gained through completed and ongoing efforts that are similar in nature to this effort. No security clearances are required for this effort. Program Management Plan. A Program Management Plan is required from each Offeror. The Program Management Plan shall clearly and concisely describe project responsibilities and personnel, any proposed subcontracting arrangements, communication and coordination, scheduling of all tasks and subtasks, meetings, and deliverables. All staff needed to conduct the work and produce all required products and deliverables must be identified. A program-scheduling plan portraying critical areas of effort, significant milestones, and the schedule for completion of each milestone, shall be provided. It shall address each of the specific tasks in the SOW and shall not exceed 25 pages. The plan should include the following: (1) discussion of the background, objectives, and work requirements of the statement of work as analyzed by the Offeror, (2) discussion of proposed methods and techniques for completing each task, (3) discussion which supports how each task will be evaluated for full performance and acceptability of work from the Offeror's viewpoint. (4) discussion of anticipated major difficulties and problem areas, along with potential recommended approaches for their resolution. The Program Management Plan should reflect the Offeror's reasoning and approach to accomplishing the objectives of this project. The Government will assess the Offeror's knowledge and understanding of the requirement. Organizational Experience and Facilities. Describe the experience and capability of your organization in conducting similar work. Provide a description of the facilities and equipment required to perform these services. Major information technology considerations should be addressed. Past Performance. Provide a list of all similar contracts performed by either your proposed Key Personnel or your organization for the last two years. Include a description of the project, project title, contract number, period of performance, contract amount, client identification including agency or company name, contracting and technical reviewing official, address, and telephone number. FORMAT FOR COST PROPOSAL: The cost proposal shall be a separate volume from the technical proposal, submitted in an original, two hard copies and one electronic copy in Microsoft Word or Excel on a disk at the same time as the technical proposal. There is no page limitation on cost proposals. Provide a full cost breakdown including labor categories, rates, other direct costs. EVALUATION/AWARD: Each Offeror's proposal is evaluated according to
Record
Loren Data Corp. 20011227/RSOL001.HTM (W-356 SN5158W7)

R - Professional, Administrative and Management Support Services Index  |  Issue Index |
Created on December 24, 2001 by Loren Data Corp. -- info@ld.com