Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 11, 2001 PSA #2869
SOLICITATIONS

D -- INTEGRATED MAINTENANCE DATA SYSTEM (IMDS)

Notice Date
June 7, 2001
Contracting Office
Headquarters, Standard Systems Group, Attn: PKT-1, 410 East Moore Drive, Bldg 868, Suite 105, MAFB-Gunter Annex AL 36114-3000
ZIP Code
36114-3000
Solicitation Number
N/A
Response Due
July 9, 2001
Point of Contact
Ms. Rosa L. Shannon, Contracting Officer, 334-416-1796; Ms Rosemary Barnes, Contract Specialist, (334) 416-1970; LT COL Jan Kinner, Program Manager, 334-416-4091; Mr Kevin Hamilton, Deputy Program MAanager, 334-416-3470
E-Mail Address
Click Here to E-mail the POC (rosa.shannon@gunter.af.mil)
Description
This is a sources sought synopsis. There is no solicitation available at this time. This is not a request for proposals. Requests for a solicitation will not receive a response. This synopsis is for information and planning purposes only and does not in its issuance restrict the Government as to the ultimate acquisition approach. The Government will not reimburse any contractor for any cost associated with preparing or submitting a response to this request. The Integrated Maintenance Data System (IMDS) Program Office of Headquarters-Standards Systems Group (SSG) of the Air Force Materiel Command (AFMC) is seeking information on sources capable of providing design, development, test, implementation, fielding, and sustainment services to achieve a single maintenance information system, which supports all of the Air Force's maintenance communities as well as associated reporting and decision making processes. Respondents may be single entities or teams from any combination of any Federal Department/Agency or a commercial firm (both referred to as the Firm). Any interested firm judged as not highly competitive as a prime will not be prohibited from participating in this acquisition. Any offer submitted by these respondents will be evaluated without prejudice. This Sources Sought Synopsis Request for Information is in accordance with FAR 15.202 "Advisory Multi-Step Process". BACKGROUND INFORMATION: The goal of IMDS is to reengineer and modernize the existing legacy systems, with the end goal to create a single, integrated, maintenance management information system for the United States Air Force that is compliant with and resides on the Global Combat Support System -- Air Force (GCSS-AF) framework. The program objective is to select a legacy system as the foundation for development, modernize it, then incrementally replace or subsume the remaining (estimated 50+) legacy maintenance systems. The development path will start with retail, then incorporate wholesale, and finally deal with the remaining miscellaneous maintenance data systems. The final product, a single integrated mainte-nance data system, will enhance asset visibility, ensure data accuracy and timeliness, and reduce operating and support costs. The Government assumes the final product of IMDS may exceed 1 million source lines of code (SLOC) and support over 145,000 users. IMDS supports the base and depot level maintenance communities, as well as facilitates both MAJCOM and operational decision making. Mission integrity, operational availability and integrity of current functions of all maintenance data systems and interfaces must be sustained throughout the migration to IMDS. The identification of operational effectiveness and efficiency improvements will be of interest to the Government as this effort matures. PREPARATION INSTRUCTIONS FOR SUBMITTAL OF QUALIFICATION PACKAGE: The Government requests firms who are interested in being a prime contractor for the full scope of effort (from developing and submitting architectures through design, development, test, fielding, implementation and sustainment), submit a statement of their qualifications which addresses the key features of IMDS discussed above and the screening criteria shown below. Proprietary or restricted information should be marked as such and will be protected. Please forward three sets of your statement of qualifications (one (1) original, one (1) copy and one (1) electronic e-mail) to the Contracting Officer, Ms. Rosa L. Shannon, at the address below. Qualification package shall be in font size 10, not exceed ten (10) one-sided pages and a two page ex-ecutive summary. To ensure consideration, packages should be received by 09 July 2001, 2:00 PM Central Standard Time. The Government cannot guarantee the consideration of qualification packages received after this time. Qualification packages, including the firm's specific capabilities, performance information and experience must address the focus areas below. Qualification packages must also address three relevant contracts (with different organizations and/or business entities) and include an associated customer point of contact (POC) with office symbol and phone number. Focus areas for Qualification Packages: 1. Indication of your firm's intent to be a prime contractor. 2. Your firm's experience (within 3 years) in reengineering, modernizing and replacing legacy data applications/systems. Include system migration and/or integration with respect to Defense Information Infrastructure (DII) Common Operating Environment (COE), GCSS-AF, and the Joint Technical Architecture (JTA), on projects similar to what is anticipated for the IMDS contract. a. Identify why you believe your company is capable of performing as a prime contractor. b. Describe your firm's experience in reengineering and modernizing legacy systems. Include your firm's experience in legacy software architecture reconstruction and the role it played in migrating legacy systems. Provide details on the size of the project (lines of legacy code transformed or rewritten), the number of users and length of time to accomplish the effort. Describe your experience in migration planning and accomplishment where a large number of legacy systems and users are involved. c. Summarize the firm's software engineering practices and process. Include details relating to use of GCSS-AF technologies such as distributed data access, distributed control, and messaging. d. Describe your involvement in successfully completed projects utilizing Open Applications Group Integration Specification (OAGIS) and Open Application Middleware Application Program Interface (API) Specification (OAMAS), Unified Modeling Language (UML), and Extensible Markup Language (XML). e. Describe your experience in achieving performance objectives in an integrated business object environment. f. Describe your involvement in successfully developed and applied modeling and simulation of an integrated business object environment. 3. Your firm's successful experience (within 3 years) with both managing and accomplishing Incremental Design, Development, Integration and Test, Deployment and Sustainment of a major information system. a. Describe your strategy to successfully accomplish the program objectives. b. Describe your application of spiral development methodology utilizing UML. Include emphasis on any large systems (>500K SLOC) and experience with complex, transactional, secure logistics information systems (consistent with DoD 5000, AFI 63-123) c. Describe your experience with accessing/integration of multiple distributed heterogeneous databases into a single integrated data system (consistent with the JTA). 4. Development and proposal of technical solutions, through building Operational, Systems and Technical Architectures (consistent with Clinger Cohen requirements and the C4ISR). 5.Identification and description of your experience and understanding of: a. The Software Capability Maturity Model (CMM) (include the firm's achieved CMM level). b. Managing and maintaining compliance with changing guidance. c. The types of risks that IMDS will encounter in achieving its objective. Further, identify those that are most significant. d.The development, integration, operations & maintenance cost and schedule drivers of an integrated business object environment. 6. Your firm's experience (within 3 years) with Air Force earned value, managerial, technical and financial reporting requirements. The review team will assess the firms' experience (within 3 years) of the following: 1. Using software technologies required by the GCSS-AF Integration Framework (IF) and its referenced technical mandates. 2. Planning and managing the incremental development of an information system (consistent with DoD 5000 and AFI 63-123), including your ability to maintain compliance with changing guidance. 3. Reengineering, modernizing, designing, developing, testing, fielding, implementing and sustaining logistics information systems, to include your ability to maintain compliance with changing guidance. 4. Developing architectures for reengineering, modernizing and replacing legacy data applications/systems. 5. Developing and implementing technical strategies, risk plans, program management plans and comprehensive migration plans in support of reengineering, modernizing, designing, developing, testing, fielding, implementing and sustaining logistics information systems, including the approach to operationally transition the existing legacy system customers/user base to a new system. 6. Experience with earned value, managerial, technical and financial reporting. These evaluation criteria correspond to the information requested in the IMDS Qualification Package Focus Areas identified above. Each evaluation area will be based on the following: Area 1: Current Experience with Software Technologies required by GCSS-AF. Highly Competitive: Has documented wide-range (both in terms of depth and breadth of) successful experience with software technologies required to achieve GCSS-AF Defense Information Infrastructure (DII) Common Operation Envi-ronment (COE) compliance. Has successfully employed methods for distributed data access, distributed control, and messaging. Has successfully reengineered and modernized legacy systems. Has experience with larger systems (> 500K SLOC of legacy code transformed or rewritten). Has successfully completed projects utilizing Open Application Group Integration Specification (OAGIS) and Open Application Middleware API Specification (OAMAS), Unified Modeling Language (UML), and Extensible Markup Language (XML). Area 2: Current Experience Planning and Managing the Incremental Design, Development, Integration and Test of an Information System. Highly Competitive: Has documented wide-range (both in terms of depth and breadth of) successful experience planning and managing a multi-disciplined team in the design, development, integration and test of an information system incorporating incremental, evolutionary, or spiral software life cycle management methodologies. Has provided a description of the firm's ability to plan for and maintain compliance with changing guidance. Area 3: Current Experience in Design, Development, Integration, Testing, Deployment and Sustainment of a Logistics Information System. Highly Competitive: Has documented wide-range (both in terms of depth and breadth of) successful experience in designing, developing, integrating, testing, deploying, implementing and sustaining large (>500K SLOC), complex logistics information systems that are transactional, secure, and access data from multiple distributed heterogeneous sources. Has provided a description of the firm's process to maintain compliance with changing guidance. Area 4: Current Experience Developing Architectures. Highly Competitive: Has documented in-depth knowledge of GCSS-AF Framework, DII-COE, C4ISR, Clinger Cohen Act, and other Air Force (AF) and Department of Defense (DoD) directives regarding information technology (IT), and documented wide-range (both in terms of depth and breadth of) experience developing architecture views including Operational, Systems and Technical. Area 5: Current Experience Developing and Implementing Technical Strategies, Risk and Program Management and Migration Plans. Highly Competitive: Has documented wide-range (both in terms of depth and breadth) knowledge and successful experience with developing and implementing technical strategies, risk management programs, and migration requirements/plans necessary to integrate multiple systems into one. Has achieved SEI CMM level 3 or higher. Area 6: Has experience with Government earned value, managerial, technical and financial reporting requirements. Highly Competitive: Has documented knowledge of and successful experience in working with the Air Force and managing the preparation, submission and response to comments on earned value, managerial, technical, financial documentation and other associated paperwork. The Government will use the screening criteria to assess potential sources ability to be the IMDS prime contractor. The Government reserves the right to use non-Government evaluators (to include employees of Titan Corp. SenCom Division, Carnegie-Melon Software Engineering Institute (SEI) and Tecolote Research) to assess responses. Firms considered to be "highly competitive" to plan and execute the IMDS program as a prime contractor will be contacted by the Contracting Officer and a list of such firms will be published in the Commerce Business Daily (CBD) and Hanscom Electronic RFP Bulletin Board (HERBB), which links to the SSG Business Opportunity Page. Firms not considered by the Government to be "highly competitive" will be notified in writing of the general basis for that opinion. Firms should indicate their type of business, business size classification, and whether they are a U.S. or foreign-owned firm. The Government is planning an industry day for program overview on or about 28 June 2001, with the final date, location and details to be posted soon. Participation at industry day is limited to 3 participants per company, and advance registration is required. A bidders library is open and located at http://web1.ssg.gunter.af.mil/il/ilms. The point of contact (POC) for access and questions is Ms. Linda L. Jones (Linda.Jones.1@gunter.af.mil). Rules for access are posted on the HERBB, http://www.herbb.hanscom.af.mil, under "Biz Opportunities". Please note that HERBB will be the primary source of information for the IMDS acquisition. Interested firms should check for updates frequently and subscribe to the HERBB update service. An Ombudsman has been appointed to address concerns from any interested firms during this phase of the acquisition. The Ombudsman does not diminish the authority of the Program Manager or Contracting Officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government official. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman is Colonel Joseph Magnone, ESC/CO, at 781-377-5106, e-mail Joseph.Magnone@hanscom.af.mil. The Ombudsman should be contacted only with issues or problems that have been brought previously to the attention of the Deputy Program Manager, Program Manager and/or Contracting Officer and which could not be resolved satisfactorily at that level. REQUEST FOR INFORMATION: Firms are reminded and cautioned that only Contracting Officers are legally authorized to commit the Government. Address all questions to the Contracting Officer at the following address: HQ SSG/PKT-1, Attn: Ms. Rosa L. Shannon, Contracting Officer, 410 East Moore Drive, Bldg 868, Suite 105, Maxwell AFB, Gunter Annex AL 36114-3000. Ms. Shannon can also be reached via e-mail at rosa.shannon@gunter.af.mil or by phone at (334) 416-1796. Ms. Rosemary Barnes, may be reached at rosemary.barnes@gunter.af.mil (334) 416-1970. Technical comments and concerns may be directed to Deputy Program Manager of IMDS, Mr. Kevin Hamilton, kevin.hamilton@gunter.af.mil (334) 416-3470. It is important that all firms interested in this requirement are registered in the Central Contractor Registration (CCR), website http://www.ccr.dlsc.dla.mil/. A DUNS number is required for registration. Visiting the Commerce Business Daily http://cbdnet.access.gpo.gov/ and HERBB www.hanscom.af.mil websites provide vehicles for you to access future Government acquisitions. See Note 26.
Web Link
ESC Business Opportunities Web Page (http://www.herbb.hanscom.af.mil)
Record
Loren Data Corp. 20010611/DSOL011.HTM (D-158 SN50O2E6)

D - Automatic Data Processing and Telecommunication Services Index  |  Issue Index |
Created on June 7, 2001 by Loren Data Corp. -- info@ld.com