The RFP Database
New business relationships start here

Long Term Health Monitoring System


Oklahoma, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

C/KC-135 Joint Reliability and Maintainability System (J-RAMS)

PURPOSE/DESCRIPTION


The United States Air Force, through the Legacy Tanker Division (AFLCMC/WKD) is issuing this sources sought synopsis, pursuant to FAR PART 10, as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for the Joint Reliability and Maintainability System (J-RAMS) C/KC-135 Data Module (DM) (previously identified as the Long Term Health Management System (LtHMS)). The Government will use this information to determine the best future acquisition strategy for this procurement inclusive of the need to do an Industry day and/or Presolicitation Conference. The incumbent contractor will provide C/KC-135 DM specific J-RAMS familiarization and a copy of the Government-owned LtHMS software to the follow-on contractor after contract award.


The C/KC-135 DM is a web-based computer information/analysis tool that combines maintenance and supply information available from existing legacy systems into a single interface. It is a module of J-RAMS that was originally developed for Air Force Special Operations Command (AFSOC) in 1998 to provide reliability, maintainability, and supportability data, along with analysis tools in one package. As presently fielded, the J-RAMS C/KC-135 DM consists of ten assessment tools including 1) Query Wizard (web-based guided query for weapon system information); 2) Automated Trigger Based Item Management (using Statistical Process Control to identify potential problem areas); 3) System Explorer (using Work Unit Codes (WUCs) as the discriminator to obtain data from the database); 4) an Automated Reports Generator; 5) Altimeter Data Viewer (analysis of aircraft altimeter accuracy); 6) Topcoat Inspection Manager (provides data collection, analysis, and reporting for topcoat inspection data); 7) Maintenance Process Analyzer (provides visual analysis of aircraft status and associated maintenance activity); 8) Fleet and Work Unit Code Dashboards; 9) Aircraft Availability Assessment Model; and 10) Flight Data Recorder Sensor Analyzer (provides verification of aircraft sensors).


Part I. Business Information


The proposed North American Industry Classification Systems (NAICS) Code is 541511, which has a corresponding Size Standard of $27.5M. The Government is interested in all businesses to include Large Businesses, Small Businesses, Small-Disadvantaged Businesses 8(a)s, Service-Disabled Veteran-Owned Small Businesses, Hubzone Businesses, and Women- Owned Small Businesses. The Government requests that interested parties respond to this notice if applicable and identify your small business status with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work that will be accomplished by the teaming partners.


Please provide the following business information for your company/institution and for any teaming or joint venture partners:


• Company/Institute Name:
• Address:
• Point of Contact:
• CAGE Code:
• Phone Number:
• E-mail Address:
• Web Page URL:
• Size of business pursuant to North American Industry Classification System (NAICS) Code:
Based on the above NAICS Code, state whether your company is:
• Small Business (Yes / No)
• Woman Owned Small Business (Yes / No)
• Small Disadvantaged Business (Yes / No)
• 8(a) Certified (Yes / No)
• HUBZone Certified (Yes / No)
• Veteran Owned Small Business (Yes / No)
• Service Disabled Veteran Small Business (Yes / No)
• Central Contractor Registration (CCR). (Yes / No)
• A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership).



Part II. Capability Survey Questions


A. General Capability Questions:


Qualified contractors shall be capable of furnishing all required labor, facilities and equipment required to re-host, maintain, and upgrade the C/KC-135 J-RAMS application. This shall include (1) providing all infrastructure required to make the C/KC-135 DM system operational and web-based accessible including web servers, application servers, .mil connectivity, backup power systems, etc., (2) providing system support for the database servers, web servers, application servers, workstations, and .mil network by maintaining system configuration, backups, security updates, license maintenance, and compliance to Government networking regulations, (3) providing database support by maintaining the Oracle database with the latest updates, performing system performance tuning, incorporating new data, and continually maintaining the system to ensure its operational health and availability, and (4) providing data support by establishing/maintaining Interface Control Documents with each data system that will send data to the C/KC-135 DM, performing the services necessary to ensure the data received from each sending data system is in accordance with the documented agreement with that data system., ensuring the integrity of the data is maintained as it is loaded into the C/KC-135 DM, and providing maintenance and update of the Work Unit Code/NIIN cross-reference tables as required. To accomplish this effort, contractors must have a working knowledge of Air Force maintenance and supply databases including , but not limited to, the Reliability and Maintainability Information System (REMIS - GO99, GO81, GO54), Secondary Item Requirements System (SIRS - D200A), Stock Control System (SCS - DO35A/K), Global Combat Support System (GCSS) Data Services, MISTER Item Identification Control System (DO43A), Requirements Data Bank (D200A), and Execution and Prioritization of Repair Support System (EXPRESS - DO87X).


1) Describe briefly the capabilities of your facility and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure.


2) Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.


3) Describe your capabilities and experience in managing software related projects, including subcontractor involvement. Include any experience in project planning, work breakdown structures, resource allocations, schedule tracking, risk analysis and cost management.


B. Commerciality Questions:


1) Are there established catalog or market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences.


2) Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement.


BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR
PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.


THERE IS NO SOLICITATION AT THIS TIME. Any information submitted by respondents to this synopsis strictly voluntary. The Government will not reimburse the respondents for any costs associated with their responses. This synopsis does not constitute a Request for Proposals (RFP), or an Invitation for Bids (IFB), nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government will neither award a contract solely on the basis of this notice, nor pay for any information that is submitted by respondents to the Sources Sought request. The Government reserves the right to contact the submitting parties, on an as required basis, for further clarification on material provided. The Government will evaluate the information provided, include it into our document with our market research, and use it as needed during the development of the RFP. In addition, the Government will use its evaluation of the information and other research to determine the sources that appear qualified to perform the work required by the Government. The Government intends to release the RFP only to those respondents who are deemed qualified for this requirement.


Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice electronically NLT COB 28 January 2019 to william.loftis@us.af.mil. The page limitation for this submission is ten (10) pages.


If you have any questions concerning this opportunity please contact:


Program Manager, Stephanie Rapacz, Bldg. 3001 STE 2AE1-88G, Tinker AFB OK 73145, Telephone: (405) 736-4823, E-mail: stephanie.rapacz@us.af.mil.


William L. Loftis, Contract Negotiator, Phone 4057367489, Email William.Loftis@us.af.mil - Barbara Morbley, Contract Specialist, Phone 4057393131, Email barbara.morbley@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP