Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2004 FBO #0941
SOURCES SOUGHT

70 -- LEVEL OF REPAIR ANALYSIS (LORA) MODELS

Notice Date
6/22/2004
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Systems Command, 2200 Lester Street, Quantico, VA, 22134-5010
 
ZIP Code
22134-5010
 
Solicitation Number
Reference-Number-M6785404SSAN05
 
Response Due
7/12/2004
 
Archive Date
7/27/2004
 
Point of Contact
Anita Norris, Contract Specialist, Phone (703) 432-3234, Fax (703) 432-3291, - Julie Myette, Contract Specialist, Phone 703-432-4264, Fax 703-432-3550,
 
E-Mail Address
norrisam@mcsc.usmc.mil, myetteja@mcsc.usmc.mil
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) for Level of Repair Analysis (LORA) Models. The LORA Models will support the Assistant Commander of Acquisition Logistics Maintenance Planning Process Initiative. Responses are due to this RFI by 1400 on Monday, 12 July 2004. MCSC has identified the requirement for Level of Repair Analysis (LORA) analytical tool to be utilized in support of Total Life Cycle Systems Management (TLCSM). This analytical tool will ensure there is a disciplined approach for decision-making. The following details the high-level functional requirements for LORA Models. For purposes of responding to the RFI, requirements in the form of Technical papers, brochures, 30-day software trial, screen shots of the software, virtual tour of the software related to the topics presented below are desired. The following requirements should be addressed along with any other relevant information. A.) Address the applicability of the software to meet the following requirements: 1.) MIL-STD-1390 Level of Repair Analysis (LORA) This Military Standard establishes the LORA process to implement the requirement contained in DOD Instruction 5000.2, Acquisition and Management of Integrated Logistic Support (ILS) for Systems and Equipment, and MIL-STD-1388-1 Logistics Support Analysis (LSA). The principal purpose of the LORA process is to determine the most effective maintenance and support structure for a system through iterative evaluations of both economic and noneconomic considerations. This military standard provides general requirements and descriptions of tasks, which performed in a logical and iterative nature, comprise the LORA process. 2.) MIL-STD-1629 Procedures for Performing a Failure Mode, Effects, and Criticality Analysis. B.) Software compatibility requirements include: 1.) Web based capability accessible from any location with Internet access, i.e. multiple locations throughout the U.S. Access must be gained through our existing portal/infrastructure. 2.) Any data must be hosted / stored aboard a USMC facility (MARCORSYSCOM data center tiered architecture) 3.) Is client-side software required? 4.) Discuss access controls and permissions 5.) Server-based applications must use approved HQMC software suite, i.e. Win 2000 / 2003, Linux (Red Hat), or Unix OS 6.) US code section 508 compliant C.) Interoperability and interfacing with a RCM model. D.) LORA Model tools and capabilities include: 1.) Monte Carlo Simulation 2.) Historical Library 3.) Report generation 4.) Predict trends 5.) Decision Tree 6.) Fault Tree/Event Tree 7.) Work Breakdown Structure E.) Maintenance Calculations, for example: 1.) LCCE 2.) Logistical Analysis 3.) Mean Maintenance Manhours per Repair 4.) Mean Maintenance Manhours per Maintenance Action 5.) Mean Maintenance Manhours per Operating Hour 6.) Maintainability Index E.) Data produced by the application should be provided so as to be captured and reused: 1.) Address a means to export data 2.) Generate standardized reports 3.) Generate ad hoc query reports a.) Unstructured data should be available to be captured in documents, presentations, and like products; should be able to post these products to a shared / collaborative workspace The proposed LORA Models must meet the functional requirements specified above. The Government is open to alternative concepts for solutions that meet these requirements. The Government encourages creativity and outside the box thinking in responses to this RFI. However, the Government is interested in Open System and Commercial off the Shelf (COTS) models. Following is a suggested outline and suggested page counts for a response to this RFI. This outline is intended to minimize the effort of the respondent and structure the responses for ease of analysis by the government. Nevertheless, respondents are free to develop their response as they see fit. A.) Section 1 – LORA Model Specifications: Briefly describe the LORA Models Specifications. Describe how the iterative process is accomplished. Discuss the performance measurements that are outputs from the model. Include reliability and availability characteristics. (3-5 pages) B.) Section 2 – Feasibility Assessment: Briefly describe the feasibility of the model to be applicable across the MCSC. (1 page) C.) Section 3 – Cost and Schedule Estimates: Provide cost estimates for both personal PC and network licenses. Also include cost estimates on training and support strategy and cost. (2-3 pages) D.) Section 4 – Corporate Expertise: 1.) Briefly describe your company, your products and services, history, ownership, financial information, and other information you deem relevant (no suggested page count). 2.) Briefly describe all industry and military regulations the software is in accordance with. 3.) In particular, please describe any projects you have been involved in that are similar in concept to what is described in this RFI, including management and operations approach, and any relevant lessons learned (1-2 pages). 4.) Include any comments on the structure of the requirements for a formal RFP response. E.) Section 5 – Additional Materials: Please provide any other materials, suggestions, and discussion you deem appropriate. 6.) Disclaimer: This RFI is issued solely for market research, information and planning purposes only and does not constitute a solicitation. No solicitation exists at this time. The information received under this announcement may be used for developing an acquisition strategy. All information received in response to this RFI that is marked Proprietary will be handled accordingly. It is noted, however, that the information submitted may be made available to non-Government personnel, specifically to MKI Systems, Inc., to assist in the review process. Responses to the RFI will not be returned. Submission of material or information in response to this announcement shall not be construed as a commitment by the Government to procure any items/services, or for the Government to pay for the information received. Following is the correct Point of Contact (POC) for this RFI: COMMANDING GENERAL MARCORSYSCOM Attn: CTQ-6 Anita M. Norris, 2200 Lester Street, Quantico, VA 22134-6050. Please submit responses via e-mail in Microsoft Office format by 2:00 PM on Monday, 12 July 2004, to Ms. Anita M. Norris, Contracting Officer at norrisam@mcsc.usmc.mil. You may also submit supplemental hardcopy materials such as brochures, etc. (5 copies each) to the POC. Ms. Norris can be reached by telephone at 703-432-4181 or facsimile at 703-432-3550. Actual Phone Number: Julie Myette 703-432-4187 NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (22-JUN-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/USMC/M67854/Reference-Number-M6785404SSAN05/listing.html)
 
Place of Performance
Address: MARCORSYSCOM ATTN PG 14 AFSS 2200 Lester Street Quantico, VA
Zip Code: 22134-6050
Country: United States of America
 
Record
SN00607972-F 20040624/040622212554 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.