Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2009 FBO #2828
SOURCES SOUGHT

D -- SAP/SAR Maintenance Date Collection System

Notice Date
8/20/2009
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
09-64
 
Archive Date
10/6/2009
 
Point of Contact
Craig Goodrich, Phone: 310-535-2605, Rachelle Osborn, Phone: 310-535-2601
 
E-Mail Address
craig.goodrich@losangeles.af.mil, rachelle.osborn@losangeles.af.mil
(craig.goodrich@losangeles.af.mil, rachelle.osborn@losangeles.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SAP/SAR Maintenance Data Collection System NAICS 518210 - Size Standard $25M The Space and Missile Systems Center (SMC) Space Superiority Systems Wing (SYSW) for Statements of Capability (SOCs) from industry to identify companies who are interested and qualified to participate in a sustainment contract that will procure a TS/SCI SAP/SAR accredited Commercial Off the Shelf (COTS) based Maintenance Data Collection (MDC) system in support of SYSW SAP/SAR programs. The intent is to award a cost type contract for the sustainment of a COTS MDC system with the appropriately established communications and security infrastructure to perform the proposed scope of work. The MDC system must be accreditable IAW DCID 6/3 and be a web-base software application that provides the established capability for interconnectivity between a global server and multiple geographically separated locations. The MDC system must be a software product that is being operated on a secure global network platform. The system must be multifunctional, delivering capability that includes: supply management and tracking, equipment status reporting, configuration status & stock control reporting, preventive maintenance inspections (PMI) tracking, unique identification (UID) tracking, user access administration and helpdesk support. This function is in support of the Air Force for classified space electronic programs, command and control (C2) programs, and intelligence programs that are sustained IAW with standard Air Force logistic and information management processes. All interested parties must demonstrate the following: a) ability to handle government information and equipment up to and including Top Secret SCI/SAP; b) be able to clearly articulate the ability to provide a MDC capability, programmatic personnel, resources and associated infrastructure within 1 week of a contract award; and c) the proposed MDC system has established/baselined training and technical documentation to include a user manual and/or technical order and a training curriculum for educating Air Force operators to efficiently employ and operate the MDC system. All interested parties shall submit a written Statement of Capability (SOC) no longer than 10 pages and containing the following information in no particular order: 1) Demonstrate an understanding of, and provide a technical description for, the contractor's experience and knowledge in the arena of maintenance data collection-at the Top Secret SCI/SAP, Secret and unclassified level-with regards to Air Force Space Command related programs; 2) Discuss prior experience serving in a prime contractor role (responsible for acquisition, system integration and test, etc.) on programs of similar scope and size to the requested function and your experience, if applicable, in upgrading the system (to include a brief description of the upgrade and the associated technical challenges); 3) Discuss your experience in attaining and maintaining security accreditation for your MDC web-based software system at any/all security classification levels; 4) Include corporate best practices and lessons learned that were derived from your experience in managing and executing your MDC program; 5) Provide a brief description of the program to include program names, contract values ($M), and periods of performance; 6) Provide a description of the facilities and equipment intended for use in support of this effort; proof of SCI/SAP for personnel and Sensitivie Compartmented Information Facilities (SCIF)for government evaluation; and an OCI strategy to maintain an OCI-free environment; 7) Include a plan to insure separation of your proprietary data and state the data restrictions are of your proposed COTS MDC system. SOCs should be emailed to Capt. Craig Goodrich, at craig.goodrich@losangeles.af.mil. Responses from small and disadvantaged businesses are encouraged.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/09-64/listing.html)
 
Place of Performance
Address: Various Locations, United States
 
Record
SN01920452-W 20090822/090821001643-326740eac10a2364f0bfe588a0820fa6 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.