Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 09, 2020 SAM #6615
SOURCES SOUGHT

58 -- Automated Installation Entry (AIE) Reliability, Availability, Maintainability Tool

Notice Date
1/7/2020 7:30:12 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACC-ABERDEEN PROVING GROUNDS CONT C ALEXANDRIA VA 22331-0700 USA
 
ZIP Code
22331-0700
 
Solicitation Number
W909MY-20-R-A010
 
Response Due
1/31/2020 12:00:00 PM
 
Archive Date
02/15/2020
 
Point of Contact
Rosetta Wisdom-Russell, Hanh T. Dinh
 
E-Mail Address
rosetta.wisdom-russell.civ@mail.mil, hanh.t.dinh.civ@mail.mil
(rosetta.wisdom-russell.civ@mail.mil, hanh.t.dinh.civ@mail.mil)
 
Description
Title: Automated Installation Entry (AIE) Reliability, Availability, Maintainability (RAM) Tool Tracking�number: �W909MY-20-R-A010 Notice type: Sources Sought THIS IS A REQUEST FOR INFORMATION (RFI) ONLY � THIS IS NOT A SOLICITATION: ��This RFI is issued solely for information and planning purposes � this is not an Invitation for Bid (IFB), a Request for Proposal (RFP), or Request for Quotation (RFQ). �No solicitation document exists and a formal solicitation may or may not be issued by the Government as a result of the responses to this RFI. �The Government will not be liable for payment of any response preparation expenses or information and materials received in response to this RFI and is in no way obligated by the information received.� Any costs incurred by interested companies in response to this announcement will NOT be reimbursed.� The information provided may be used by the Army in developing a future acquisition strategy, Performance Work Statement, Statement of Objectives and/or Performance Based Specification(s).� INTERESTED PARTIES ARE RESPONSIBLE FOR ADEQUATELY MARKING PROPRIETARY OR COMPETITION SENSITIVE INFORMATION CONTAINED IN THEIR RESPONSES. �The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information.� If a solicitation is issued, it will be synopsized on the Army Single Face to Industry (ASFI).� It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. �The use of RFI Number W909MY-20-R-A010 is for tracking purposes only and shall be referenced in any responses to this RFI.� All interested parties are encouraged to respond by submitting a white paper.� The Army Contracting Command-Aberdeen Proving Ground (ACC-APG) Belvoir Division is conducting market research on behalf of the US Army's Office of Product Manager, Force Protection Systems (PM FPS), in accordance with Federal Acquisition Regulation (FAR) Part 10. The purpose of this RFI is to identify potential sources that have the skills, experience, knowledge, and capabilities required to provide metrics which should be traceable and monitored relative to: An AIE Dashboard summary display of system/site reliability, availability, and maintainability. A help Desk ticket summary with a Dashboard Map display with AIE site hyperlinks to identify ticket status and color coded Full Mission Capable (FMC), Partially Mission Capable (PMC), Not Mission Capable (NMC), and Planned. A dashboard display segmented by ticket type, system components, criticality, etc. Reliability, Availability, Maintainability, and Cost (RAM-C) Sustainment metrics Availability, with four components which are: Materiel Availability (AM) - uptime of the total system population Operational Availability (AO) � a percentage of time that systems within an operating unit are operationally capable of performing an assigned mission. Lifetime Operational Availability (Ao): Lifetime Operational availability is a measure of the ""real"" average availability over the lifetime of a given AIE site, and includes all experienced sources of downtime, such as administrative downtime, logistic downtime, etc. The Ao percentage is calculated as Uptime (days) /Operating Life (Days). �Snapshot"" Operational Availability (Ao): ""Snapshot"" operational availability allows one to view Ao within a selected ""window"" of time. That is to say, it enables one to change the operating cycle to a given month, week, etc. The calculation for ""snapshot"" Ao remains the same, but the operating cycle is variable based upon the user's input. � Reliability - probability that the system will perform without failure over a specific interval, under specified conditions. Average Ticket Age: This provides the average age (days) of every open ticket. This essentially speaks to how long tickets are ""on-the-shelf"" before being resolved. Number of Tickets: This provides a count of all tickets at Enterprise-and-site-levels. Field Service Representative (FSR) Closure Rate: Provide relative ""efficiency"" of each FSR. This number is calculated as # of Tickets Successfully Closed / # of Tickets Attempted for each FSR. AIE-3 is a Commercial-Off-The-Shelf (COTs) system employing Hawkeye registration and AMAG Symmetry access control software hosted on the milCloud 2.0 environment and local servers at some locations.���� 1. The Government shall not accept proprietary solutions.� The Government reserves the right to select aspects of recommended solutions for inclusion in a possible future solicitation. 2. All solutions presented in the submitted white paper will be discussed and assessed by PM FPS. All information will be safeguarded, including Procurement Integrity Law compliance and non-disclosure agreements to avoid conflicts of interest.� 3. The result of market research may be used to plan and implement an acquisition strategy. 4. The Government has particular interest in production-ready systems (i.e., minimum TRL 9) as defined by the Department of Defense (DOD) Acquisition Guidebook. �Performance objectives include the following: PLEASE NOTE THAT IF A CHARACTERISTIC OR CAPABILITY IS NOT ADDRESSED THE GOVERNMENT WILL ASSUME THE RESPONDENT DOES NOT OR CANNOT MEET THE SALIENT CHARACTERISTICS OF THIS MARKET SURVEY. 5. The Government requires the following information in your response: a)�������� Describe the capability your solution provides in relation to the objectives in Paragraph 4 of this RFI.� Provide a technical description of the system, software components, and its operational use, to include details of the modularity, subsystems, open systems architecture, integration activity and future growth/technology refresh capability.� Describe your training concept (i.e., number of days required to train and certify) and equipment needed to conduct training. Provide your expected logistics concept (i.e., levels of maintenance and ease of repair). b)�������� Responses should include a Dashboard example and System View (SV-1) diagram that includes system interaction of services to meet objectives in Paragraph 4 of this RFI. c)�������� Responses should include a discussion of any Government requirement you believe is incompatible, unachievable or a significant cost driver (i.e., possibly unaffordable) and the associated rationale. d)�������� Responses should address vendor requirements/concerns for participation in a potential future demonstration to include any safety concerns/considerations, facility requirements, frequency requirements, electrical power requirements, etc. e)�������� A Rough Order of Magnitude price estimate for the system in quantities per vehicle lane that shows economies of scale. f)��������� How modifications would/could be accomplished; production line incorporation or as post-production modifications.� g)�������� It is acknowledged that your organization would be given the opportunity to build the required system for the future system through a competitive procurement. 6. Responses to this RFI shall be limited to 10 pages in length, 8.5"" x 11"" paper, 12-point Arial font, with a minimum of one (1) inch margins all around, discussing your company's ability to meet the above requirements. The cover page or exhibits, does not count toward the page limitation. Responses should also include a cover letter (not included in the page count) providing: Sources responding to this request for information must provide the following information: Brief Summary of the company. Company Information Company Name: Company CAGE Code: Company DUNS Number.� If your Company holds a GSA Schedule contract (541 or other), please provide the Schedule number. Company Address: Company Website (if available): Company Phone #: Company email: Company Representative and Business Title: Company Socioeconomic Classification: Please identify your company�s business size standard based on the primary North American Industrial Classification System (NAICS) code of 541330.� For more information, refer to http://www.sba.gov/content/tablesmall-businesssize-standards: Small Business (SB), (8) (a), Woman-Owned (WOSB), Economically-Disadvantaged Women-Owned (EDWOSB), Veteran-Owned and Operated (VOSB), Service-Disabled Veteran-Owned (SDVOSB), or Historically Underutilized Small Business-Zone (HUB Zone), Historically Black College and Universities/ Minority Institutions (HBCU/MI) Do you plan to prime?� Does your company possess the capabilities to provide the entire range of these requirements?� If not, please list which requirements your company can provide and which products your company can support.� If your company requires acquiring or building new capabilities, describe the effort and timeline required.� Discuss your qualifications in providing the capability requirements as described in the �DESCRIPTION OF REQUIREMENTS� and within the product attachments.� For any previous effort, please provide Contract Number, Point of Contact (POC), email address, phone number, and a brief description of your direct support of the effort. Does your company have experience working with the Government providing DISA milCloud hosting capabilities for automated access control as described in the �DESCRIPTION OF REQUIREMENTS� section and within the product attachments?� If yes, please provide description of experience. Does your company possess an approved Defense Contract Audit Agency (DCAA) accounting system? Does your company possess the capabilities to provide the entire range of services called for in the above requirements?_____ YES������������ _______ NO Is your company planning on participating in business arrangements with other companies, please describe the process used in selecting the members? � Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy the above requirements.� Offerors are encouraged to identify teams, indicating each team member�s size based upon the NAICS code of the work that the team member may be doing. � Is your company currently providing similar services to another government agency (you may also include contract #s for government) or other non-government customer?� If so, please identify the agency or non-government customer.� If you are unwilling to share your customer�s identity, please address whether your company offers the same or similar services commercially. � Has your Company performed this type of effort or similar type effort (to include size and complexity) in the past, if so provide Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort? � What are the core competencies of your employees that would support the above requirements?� Also, provide the total number of individuals currently employed by your company that are capable of supporting the above requirements. Does your company have a SECRET facility or access to one should it be required? Does your company have a TOP SECRET facility or access to one should it be required? Do all employees that would support the above requirements have a SECRET Clearance?� Does your company consider this a Firm Fixed Price (FFP) effort or Cost Plus Fixed Fee (CPFF) type effort?� Please explain why. If CPFF, does your company consider this a completion or term effort? Given your answer to the type of contract, what type of additional data/metrics/etc. if any, would need to be included in the RFP package to be proposed as a CPFF (term or completion) or FFP effort? Responses shall be e-mailed to the Points of Contact listed below.� Paper copies of the submittal will also be accepted. Responses are due no later than 3:00 PM EST (local time at Fort Belvoir, VA) on 31 January 2020.� All requests for information must be in writing or via email; telephonic requests for additional information will not be honored.� You may forward request for additional information and/or responses to Hanh Dinh, Contract Specialist at hanh.t.dinh.civ@mail.mil and Rosetta Wisdom-Russell, Contracting Officer, email: rosetta.wisdom-russell.civ@mail.mil. Email responses should not exceed 5 Megabytes (MB).� Send responses electronically to (Include �RFI number W909MY-20-R-A010� in the subject line.): Hanh Dinh, Contract Specialist, email:� hanh.t.dinh.civ@mail.mil and Rosetta Wisdom-Russell, Contracting Officer, email: rosetta.wisdom-russell.civ@mail.mil.� All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Respondents shall not be obligated to provide the services described herein and it is understood by the United States Government that the cost estimates provided as a result of this request are �best� estimates only.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/99f0a2776db54ab0a9fdbdec34de0bad/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05528763-F 20200109/200107230137 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.