Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2012 FBO #3798
SOLICITATION NOTICE

D -- Subject Matter Experts for the Reliability and Maintainability Information System (REMIS) - DRAFT RFP Model Contract

Notice Date
4/16/2012
 
Notice Type
Presolicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ESC - Electronic Systems Center, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731, United States
 
ZIP Code
01731
 
Solicitation Number
FA8770-12-R-0003
 
Point of Contact
Lisa W. Brown, Phone: 9372574850, Nathan E. Pennington, Phone: 937-904-0707
 
E-Mail Address
Lisa.Brown@wpafb.af.mil, Nathan.Pennington@wpafb.af.mil
(Lisa.Brown@wpafb.af.mil, Nathan.Pennington@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
DRAFT model contract with attachments Pre-solicitation Synopsis to Potential Offerors 16 Apr 2012 Solicitation Number: FA8770-12-R-0003 Reliability and Maintainability Information System (REMIS) Subject Matter Experts (SME) NAICS Code: 541519; Small Business Size Standard is $25.5M in annual average gross revenue for the last three fiscal years, as defined by FAR Part 19 Set Aside: None Classification Code: D, Information Technology Services, Including Telecommunications Services; 399, Other Automated Data Processing and Telecommunications Services Estimated Release of the Request for Proposal: 4 May 2012 This announcement serves as notice to all potential offerors that the Electronic Systems Center (ESC), Enterprise Logistics Systems (ELS), Contracting Division (ESC/HGGK) anticipates the release of a formal Request for Proposal (RFP) under solicitation number FA8770-12-R-0003 for functional and technical Subject Matter Expert (SME) services for the Reliability and Maintainability Information System (REMIS) under full and open competition procedures. The formal announcement will provide all final RFP documents for this requirement. Information regarding this requirement was previously posted under Announcements R2962, REMIS Subject Matter Experts (SME) Sources Sought Synopsis/Request for Information. No further information will be posted under the announcement number/title. Proposed Contract Line Items CLIN 0001 Labor (FFP) CLIN 0002 Data (NSP) CLIN 0003 Other Direct Costs (ODC) (CR) CLIN 0004 Travel (CR) Background REMIS is a large, complex, legacy unclassified information system featuring a centralized database containing Air Force-wide inventory/status/utilization data, maintenance data and configuration data. The data is reported from base level units, Air Logistics Centers (ALC) and operating locations all over the world. REMIS was designed to enhance the front-end design of new weapon systems and to increase the readiness and sustainability of existing United States Air Force weapon systems by improving the availability, accuracy and flow of essential equipment information. REMIS provides the capability to collect, edit, validate, process, store and report reliability and maintainability data on Aerospace Vehicles, Missiles, Trainers, Automated Test Equipment (ATE), selected Support Equipment (SE), Communications-Electronics (C-E) equipment and the newly acquired Mine Resistant Ambush Protected (MRAP) family of vehicles in the following functional areas: Equipment Maintenance, Time Compliance Technical Order (TCTO), Time Change Inspection (TCI), Configuration, Debriefing, Inventory, Status and Utilization. REMIS functionality is split across its subsystems, which include: • Equipment Inventory, Multiple Status and Utilization Reporting Subsystem (EIMSURS) provides worldwide inventory tracking for AFI 21-103 and AFI 16-402 reportable equipment. It provides an automated correlation process by end-item serial number for all inventory gain, loss and termination transactions. It provides equipment status statistics for mission capable rates to assess equipment effectiveness and combat readiness worldwide. It provides equipment utilization statistics for flying hours, sorties, etc., for aircraft, trainers and ATE. • Product Performance Subsystem (PPS) collects and provides On-Equipment and Off-Equipment Maintenance Data Collection type data and Support General Data. Analysts can use this type of data to spot negative trends on a particular equipment component or to analyze manpower utilization per sortie or flying hour. • Generic Configuration Status Accounting Subsystem (GCSAS) enables control of and access to approved configuration of equipment, serialized controlled items and Computer Program Identification Numbers (CPINs). It also holds contractor loaded configuration data until validation by the appropriate authority: Program Management Office (PMO), Item Managers (IMs), Program Managers (PMs), etc. It also allows loading of TCTO data directly into REMIS by the appropriate OPR. • Multi-Service Interface Agent (MSIA) supports the transfer and translation of CV-22 reliability and maintainability data between the Air Force and Navy maintenance systems. REMIS is the primary Air Force maintenance system, and the Optimized Organizational Maintenance Activity (OOMA) is the primary Navy maintenance system. The MSIA subsystem also has interfaces to facilitate the transfer of data between REMIS and the Navy’s Comprehensive Automated Maintenance Environment Optimized (CAMEO) system and between REMIS and the contractor technology repair center’s Osprey Support Network (OSN). REMIS is designated a critical financial feeder system for Aerospace Vehicles as defined by AFI 16-402, recording and tracking asset valuation, depreciation, and moving average cost activities for Military Equipment and Operating Materials and Supplies. Eventually, REMIS capabilities and functionality will be absorbed into an Air Force enterprise level product under the Expeditionary Combat Support System (ECSS) program. Scope of Services The Reliability and Maintainability Information System (REMIS) Program Management Office (PMO) requires functional and technical Subject Matter Expert (SME) services. The SMEs must also be familiar with Program Management processes and procedures in accordance with Department of Defense Directive (DoDD) 5000.01, DoD Instruction 5000.02 and Government tracking tools. SMEs are individuals with a specific level of expertise in certain key system areas or disciplines, knowledgeable about the domain being represented, and provide unique and in-depth functional and technical knowledge on the application and system operations required to support the using community. REMIS SMEs are required to demonstrate their expert knowledge of REMIS; the REMIS system environment; and the Air Force users and processes that support, manage, and perform maintenance of weapons systems and other reportable equipment for the Air Force enterprise. SMEs shall have expert knowledge of the Air Force directives that document those Air Force maintenance processes (AFI 16-402, AFI 21-103, AFI 21-101, and the 00-20 series Technical Orders). REMIS SMEs shall have in depth understanding of REMIS functionality and the importance of that functionality to formation of policy and weapon system decision making. Scope of Requirements The general scope of the SMEs responsibilities include: • Gather requirement information from users, determining whether applicable to REMIS and valid under Air Force processes and regulations. Translate user requirements to appropriate documentation as required • Gather information from users, defining problems or inaccuracies with system performance or data and identifying systemic and procedural causes of problems or inaccuracies. Document discrepancies/deficiencies and submit as REMIS Automated Problem Reports (RAPRs) • Analyze and evaluate reported software problems, RAPRs (to include NWRM/PIC and MRAP), determine the severity of the problems (ensuring logic is correct) and recommend priorities and solutions for consideration by the subsystem lead. Based on the severity of the reported problems, a recommended deficiency report priority will be established and tracked with each RAPR • Evaluate proposed resolutions to determine validity of approach and document as required • Validate the initial design, development analysis, test and maintenance of software and logical and physical databases and submitted documentation in order to meet functional requirements or resolve deficiencies • Evaluate and make recommendations regarding proposed system and software change actions and requirements. System and software changes and requirements may be documented as Advance Change Study Notices (ACSNs), Engineering Change Proposals (ECPs), Contract Change Proposals (CCPs), Information Technology/National Security System Requirements Document (ITSRDs, approved by AF/AF/7) and Requests for Deviation and Waiver • Write, review and maintain specification manuals and user documentation for client or user personnel • Provide REMIS end-user support and formal or informal training at the system and subsystem levels and below, while assisting end-users to understand the relationship of Air Force policies and procedures to the REMIS functionality including users’ job requirements for special areas such as: Nuclear Weapons Related Material/Positive Inventory Control (NWRM/PIC) and Mine Resistant Ambush Protected (MRAP). End-user interface assistance will be provided over the phone or by on-site visits to various NWRM/PIC and/or MRAP military bases and the Air Logistics Centers (ALCs) as required • Actively participate at the system and subsystem level in REMIS Technical Interchange Meetings (TIMs), Test Plan Working Groups (TPWGs), Interface Control Working Groups (ICWGs), Deficiency Review Boards (DRBs), Joint Application Design (JAD) and other ad hoc meetings. These meetings may be for special areas such as NWRM/PIC and MRAP • Review data design, proposed system revisions, test results, and other submitted documentation to ensure functional requirements and/or discrepancies are met. Participate in system reviews, design “walk-through” and ad hoc PMO teams established to validate system/software changes and perform tests and review test results of software enhancements/fixes • Be a member of a REMIS functional and technical team providing REMIS system and functional expertise to identified development teams. This includes, but may not be limited to, the Integrated Maintenance Data System (IMDS, formerly known as the Core Automated Maintenance System (CAMS)), the Global Combat Support System-Air Force (GCSS-AF) and GCSS-AF Data Services, Nuclear Weapons Related Material/Positive Inventory Control (NWRM/PIC) programs, Mine Resistant Ambush Protected (MRAP) Support, Multi-Service Interface Agent (MSIA)/CV-22 support and the Expeditionary Combat Support System (ECSS) • Act as REMIS PMO Focal Point or otherwise participate in activities related to the operation and migration of REMIS on the GCSS-AF platform/system or other comparative target environment. Participation may include, but not be limited to, attending meetings, leading discussions or working groups, assisting with the production of various documents, resolving system integration issues and support efforts of maintenance and logistics requirements • Act as the REMIS focal point for REMIS user connectivity and Air Force Primary Key Infrastructure (PKI) requirements. Activities shall include, but may not be limited to, receiving/tracking user connectivity requests, facilitating the accomplishment of requests, assisting users with day-to-day connectivity issues and evaluating/ recommending revisions to user-oriented documentation pertaining to REMIS connectivity • Serve as the REMIS focal point for REMIS ad hoc query/reporting capability and administrator and customer service representative of the chosen REMIS ad hoc query/reporting tool (currently Cognos). Activities shall include, but may not be limited to, evaluating and testing REMIS ad hoc capabilities, developing new/modifying existing REMIS ad hoc views (or tool equivalent) and algorithms, and troubleshooting/testing to improve the capabilities/utilization of the chosen REMIS ad hoc query/reporting tool and to comply with user requirements and/or expanding REMIS capabilities. The contractor shall provide direct customer support in utilization of the tool. Additionally, the contractor shall extract REMIS data for government agencies and contractors who require the data but may not have REMIS access. Historically, this support has consisted of approximately fifteen (15) to thirty (30) special assistance requests per month. Finally, the contractor shall act as the REMIS ad hoc focal point for and assist in supporting the use of GCSS-AF Data Services. Support may include but not be limited to, becoming familiar with and assisting in GCSS-AF Data Services data retrieval, identifying related issues, attending REMIS/GCSS-AF Data Services meetings and providing other support as needed • Accomplish monitoring and surveillance of approximately thirty (30) System-to-System Input (SSI)/System-to-System Output (SSO) interfaces and any newly established interfaces. This shall include oversight and follow-up with bases or other interfacing partners not reporting within established reporting parameters. Accomplish required analysis and documentation in support of valid or proposed interface, coordinating with appropriate interface partners and reviewing/updating documentation at least annually • Act as the focal point for the MILNET Firewall equipment/software that is maintained by the designated network/communications organization at Wright Patterson (currently 88th Communications Group (CG)). The equipment is located within the REMIS sustainment Contractor’s (Northrop Grumman Information Systems) local facility. In accordance with 88 CG and other Government policies and procedures, the contractor shall assist in performance monitoring, maintenance, trouble shooting and problem resolution • Perform Information Assurance support as the REMIS Information Assurance Officer (IAO) providing expertise in the areas of REMIS Certification & Accreditation (C&A), DoD Information Assurance Certification and Accreditation Process (DIACAP), and current DoD IA process and regulations. This support requires Certified Information Systems Security Professional (CISSP) certification. Duties shall include, but may not be limited to, obtaining Air Force Authorization to Operate (ATO) and Authorization to Connect (ATC) approvals and waivers per currently defined AF procedures. A secret clearance and access to SIPRNET accounts will be required for the primary and alternate IAO’s • Participate in activities to generate and document the REMIS Command, Control, Communications, Computers, and Intelligence Support Plan (C4ISP) or Information Support Plan (ISP) as required, including REMIS architecture views. Provide support in identifying and documenting (as/where appropriate) REMIS applicability under the DoD’s current Business Enterprise Architecture (BEA) per the DoD Business Transformation Agency (BTA) website located at the http://www.bta.mil/ • Manage, review and maintain as required functional process and data models in support of sustainment and development efforts • Provide the REMIS functional and technical expertise to identify the functional attributes of residual legacy system functionality to be absorbed into REMIS and recommend disposition of said systems • Provide the performance monitoring, analysis, configuration and other support of the REMIS program office automation platform • Perform as the REMIS Work Group Manager (WGM) focal point for government equipment furnished to the REMIS sustainment prime contractor and identified hardware/software problems in support of the ESC/HIBJ Help Desks • Review all Time Compliance Network Orders (TCNOs). If applicable to REMIS, work with AFMC, 88th Communications Group (or other applicable Government organization), and the sustainment prime contractor to ensure compliance. Maintain and report the Protocols and Services spreadsheets (for unclassified systems) to/from AFNIC in support of DIACAP. Additionally, the contractor shall work TCNOs, Firewall Exceptions, White Lists, etc., via SIPRNET • Provide Chief Financial Officer (CFO) support when required by the Government: Support shall include, but may not be limited to, support period end processing verification and problem resolution; support CFO audits; support CFO related data calls from organizations such as SAF/FMP, AF/A4, Defense Finance Accounting System (DFAS) and Weapon System Support Program Offices (SPOs); support creation of CFO related artifacts necessary to demonstrate Blue Book compliance; satisfy user generated requirements as directed by the Government; and support CFO related end-user education and training • Input and track requirements, applicable discrepancy reports (DRs) and TCNOs in Information Systems Management Tool (ISMT) • Act as the REMIS focal point for Federal Desktop Core Configuration (FDCC). Activities shall include, but may not be limited to, reviewing and evaluating FDCC releases and reporting status and compliancy • Based on experience in and knowledge of REMIS functionality and utilization and Air Force maintenance processes and regulations, provide insight and recommendations in response to REMIS taskings, requests and requirements • Actively participate in and review REMIS PMO processes in support of the Systems Engineering Process (SEP) and Air Force SEAM and recommend/incorporate changes as required and approved by the PMO. SEP website is located at https://org.eis.afmc.af.mil/sites/754elsg/ES/HIJG/sep/default.aspx, and AF SEAM website is located at https://enweb.mitre.org/wiki/index.php/AF_SEAM • Apply extensive experience in Air Force equipment maintenance management and other data support issues, such as, verifying data values and ensuring required data resides in the database • Actively participate and facilitate REMIS PMO use of designated Records Management tool and other documentation repositories, such as SharePoint • Provide customer support in identifying and resolving REMIS data rejects and documenting and distributing REMIS error correction information • Provide customer support in the establishment, management and control of both the Work Unit Code (WUC) and Approved Configuration Management table structures as required • Provide expertise and guidance to users in the establishment and proper use of the Time Compliance Technical Order (TCTO) Management subsystem of REMIS • Provide users with documentation and reports used in support of the debriefing process • Provide subject matter expertise for the processes used and data provided to AFDS/LIMS-EV as required • Provide MRAP support to ECSS as necessary for MRAP unique requirements • Act as the REMIS PMO focal point for MRAP requirements definition, functional design, test planning/execution, integration/migration, resolving system integration issues and support efforts of MRAP logistic requirements • Provide the necessary breadth and depth of MRAP experience to meet the demands of the various reviews and boards conducted by the REMIS PMO, HQ AFMC and Air Staff • Work closely with the various ongoing enterprise MRAP development efforts, providing extensive functional and technical support on defining the functional and technical intricacies required by the overall MRAP enterprise processes and Air Force data requirements—key source of functional, policy and information system knowledge • Provide the Monthly Status Report once a month to the REMIS Program Manager Unrestricted Competition This procurement is to be full and open, in accordance with FAR Part 15 “Contracting by Negotiation,” with its DoD and Air Force supplements. A Tradeoff process of Performance and Price will be utilized. Upon RFP release, all responsible sources may submit a proposal which shall be considered by the agency. General Information Work is to be performed on-site at the REMIS PMO located on Wright Patterson AFB, OH and at the facility of the REMIS sustainment prime Contractor, Northrop Grumman Information System (NGIS), located in Beavercreek, OH. This procurement will result in the award of one contract for an expected 11-month base period of performance (PoP) of 1 Aug 12 – 31 May 13, and one 12-month option of 1 Jun 13 – 31 May 14. The contract type will be Firm Fixed Price for labor support and Cost Reimbursement for travel and ODC. All potential offerors are required to have an adequate accounting system for determining costs applicable to the contract. Draft requirement documents may be made available on the REMIS SME posting at the Contracting Officer’s discretion, prior to RFP release. Once made available, all questions and comments applicable to these documents are encouraged in order to gain industry feedback for RFP finalization. Any correspondence should specify whether a firm is a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone small business, veteran-owned small business or service-disabled veteran-owned small business, as well as whether it is a U.S. or foreign-owned firm. Due to security access limitations on the expected places of contract performance, foreign prime contract offerors will be excluded from this procurement. Information Assurance The solicitation will include DFARS clause 252.239-7001, “Information Assurance Contractor Training and Certification.” Potential offerors will be responsible for assuring that certain employees comply with the DoD Information Assurance Workforce Improvement Program, per DoD 8570.01-M, dated 15 May 2008, as required. Small Business Subcontracting Program The solicitation will include FAR clause 52.219-9, “Small Business Subcontracting Plan.” Potential large-business offerors shall be required to submit an acceptable subcontracting plan, which will become part of the resulting award. The contractor shall submit periodic subcontract reports as required by the clause, and ESC/HGGK will monitor the contractor’s compliance with the approved plan throughout the life of the contract. Failure of the Contractor to comply in good faith with the approved plan and also FAR 52.219-8, “Utilization of Small Business Concerns”, shall be considered a material breach of the contract. The Air Force subcontracting goals are as follows: • Total Small Business: 23% of total contract value (not % of subcontracted amount) • Small Disadvantaged Business: 5% • Woman-Owned Small Business: 6% • Service-disabled Veteran-Owned Small Business: 3% • HUBZone Small Business: 3% Organizational Conflict of Interest (OCI) Organizational Conflict of Interest (OCI) as defined and discussed in FAR 9.5, Organizational and Consultant Conflicts of Interest, is a concern in all acquisitions across the Department of Defense. Early involvement with our industry partners is a key element of the ESC OCI process, and it is critical for the Government to be able to identify any potential OCI issues as early as possible for an acquisition. This would allow ample time to address and evaluate any potential OCI issues, if required, prior to contract award with minimal impact to critical acquisition schedules. Interested vendors are requested to evaluate your potential OCI issues with regard to this requirement for SME services for REMIS, and the Contractor is encouraged to identify any OCI issues, as stated in FAR 9.5 to the Contracting Officer (CO). This will assist the CO in determining if the contractor will need to submit an OCI Mitigation Plan for any solicitation that might result from this notice. Ombudsman The ESC Ombudsman, located at Hanscom AFB, MA, serves as the Ombudsman for all of ESC, including its Geographically Separated Units. The Ombudsman hears concerns about specific issues in acquisitions, communicates those concerns to ESC/CC, ESC’s Deputy for Acquisition (DC(A)) or ESC’s Deputy for Support (DC(S)) from industry or Government personnel, and assists in the resolution of those concerns. The Ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes, nor does the Ombudsman diminish the authority of the program manager, contracting officer, or source selection official. When approached with an issue or query the Ombudsman independently assesses the situation and provides a response or initiates a resolution, and when requested, will maintain confidentiality as to the source of the inquiry. Contact information for the ESC Ombudsman is as follows: ESC/CS Bldg 1606, 9 Eglin Street Hanscom AFB, MA 01731 Telephone #: 781-377-5106 FAX: 781-377-4659 E-Mail: ESC.Ombudsman@hanscom.af.mil Conclusion This Pre-Solicitation Synopsis does not constitute a RFP and is not an Invitation for Bid (IFB). It does not restrict the Government to the ultimate procurement approach nor should it be construed as a commitment by the Government. Furthermore, potential offerors are reminded and cautioned that only the Contracting Officer is legally authorized to obligate the Government. The Government will neither award a contract solely on the basis of this notice, nor will it reimburse the offeror for costs, if any, associated with this Pre-Solicitation Synopsis. All postings for this acquisition will be posted to the FedBizOpps at http://www.fbo.gov. Contracting Office Address: 4225 Logistics Ave, Rm A212 Wright Patterson AFB, OH 45433 Primary Point of Contact: Secondary Point of Contact: Nathan Pennington Lisa Brown Contracting Officer Contracts Specialist nathan.pennington@wpafb.af.mil lisa.brown@wpafb.af.mil Phone: 937 904-0707 Phone: 937 257-4850 ****Attached is a DRAFT Model Contract and Request for Proposal. All the attached documents are DRAFT only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/FA8770-12-R-0003/listing.html)
 
Place of Performance
Address: REMIS PMO Bldg 280, Wright-Patterson AFB, OH, Northrop Grumman Beavercreek, OH, WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02722815-W 20120418/120416234627-a81ba03e127fa5a56dcea4eaa497128f (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.