Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2012 FBO #4017
SOURCES SOUGHT

J -- IMIS Sources Sought

Notice Date
11/21/2012
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
 
ZIP Code
84056
 
Solicitation Number
FA8205-13-R-3000
 
Archive Date
12/22/2012
 
Point of Contact
Amanda M. Holmes, Phone: 801-777-5777
 
E-Mail Address
amanda.holmes@hill.af.mil
(amanda.holmes@hill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
F-22 IMIS SYSTEM ADMINISTRATOR SOURCES SOUGHT NOTICE The purpose of this Sources Sought Notice is to identify qualified Small Businesses, 8a Small Businesses [including Small Disadvantaged Businesses (SDB), Woman-owned Small Businesses (WOSB), Historically Underutilized Business Zone (HUB Zone) Small Businesses, Veteran-Owned Small Businesses (VOSB) and Service-Disabled Veteran-Owned Small Businesses (SDVOSB)] that are interested and capable of providing Information System Administrator Support for the F-22 Integrated Maintenance Information System (IMIS) which is a multi-level secure Solaris 10 with Trusted Extensions (UNIX)/ Oracle system. The F-22 SPO's objective is to identify potential sources to award a contract for IMIS Administrator Support that will provide professional, reliable performance of the IMIS program and provide uninterrupted IMIS functionality to provide support for the warfighter and keep the F-22s flying. The F-22 program requires IMIS Administrator support at Langley AFB, Elmendorf AFB, Tyndall AFB, Hickam AFB, Nellis AFB,Sheppard AFB and Holloman AFB. The government intends to award a one year service contract with four option years to provide system administration support for the F-22 Raptor's IMIS. This contract is expected to be awarded in December 2013. The purpose of this Sources Sought Synopsis is to conduct market research and to determine if any firm has the capability to accomplish Contract Logistic Support (CLS) for the F-22 IMIS program. BACKGROUND This effort had previously been executed under the current F-22 sustainment contract (Contract: FA8611-08-C-2897). IMIS Administrators were later identified in a BCA study as an area that could merit government savings. Several alternatives were considered, including in-sourcing these positions into civil service. The government is currently in the process of identifying the best course of action to provide system administration support to the F-22 IMIS Program. Currently, IMIS Support Equipment is made up of both Government Furnished Equipment (GFE) and Contractor Furnished Equipment (CFE). REQUIREMENTS The purpose of this effort is to provide a full range of information system and Support Equipment (SE) support. The contractor shall provide qualified IMIS system administration for support activities at F-22 operations, training, and maintenance sites supporting all IMIS related activities. System administrators shall perform all activities required to operate and repair IMIS and support all IMIS users. The contractor shall provide system administrative personnel capable of deploying as required. This includes such activities as: • Contractor shall maintain and support the IMIS system at each specified F-22 location • The contracted system administrators shall support setup, inventory, and maintenance of all IMIS support equipment at their assigned site • The contracted system administrators shall serve as a key interface for government questions at their assigned site as well as create/maintain groups and accounts and modify security administrator accounts • The contracted system administrators shall be responsible for installing, configuring, and maintaining UNIX workstations and servers in support of program processing requirements o Shall coordinate hardware reconfiguration and repair/replacement of IMIS SE • The contracted system administrators shall ensure the data integrity of the site's UNIX workstations and servers • The contracted system administrators shall ensure that the UNIX servers and workstations are in compliance with established standards, policies, procedures, and configuration guidelines • The contracted system administrators shalldeploy with the units for long-term assignments - may include international travel and deployments to hazardous duty locations • The contracted system administrators shall work schedules that support customer requirements - 24/7 • The contracted system administrators shallobtain and maintain a minimum of Secret Clearance as well as F-22 specific Special Access Program clearance • Acknowledge, respond, and act upon guidance from the Lockheed Martin IMIS Help Desk to ensure that the system is up to date and lab identified remedies and solutions are implemented - Non-Disclosure Agreements and working agreements will need to be created between winning bidder and Lockheed Martin Aeronautics SYSTEM ADMINISTRATOR NUMBERS LOCATION SLOTS Langley AFB, Virginia: 12 System Administors Elmendorf AFB, Alaska: 12 System Administors Tyndall AFB, Florida: 12 System Administors Hickam AFB, Hawaii: 8 System Administors Nellis AFB, Nevada: 5 System Administors Sheppard AFB, Texas: 2 System AdministorsHolloman AFB, New Mexico 4 System Administrators INFORMATION / FORMAT Interested and capable contractors should submit their response regarding this contract and include the following information: • Company name and associated CAGE code • Point of contact name and number • Business status (8(a), Large, Small, HUBZone, Woman-owned, etc.) • Information on your organization's ability to support requirement REQUEST FOR INFORMATION REQUIREMENTS Please submit one copy of your response to the Sources Sought in an executive summary format not to exceed five (5) pages. If your response includes information you consider proprietary, please mark the information in accordance with regulatory guidance. Please do not include company brochures or other marketing information. Responses and questions should be submitted via e-mail to the following: Amanda.Holmes@hill.af.mil and Emily.Pogue@hill.af.mil no later than 5:00 pm Mountain Standard Time (MST) on 7 December 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8205-13-R-3000/listing.html)
 
Record
SN02935831-W 20121123/121121234420-b397abf60c7ae390cb507f4ab499d17c (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.