The RFP Database
New business relationships start here

Security Assistance Management Information System (SAMIS) and AFSAC Online Support


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

  REQUEST FOR INFORMATION (RFI)

AIR FORCE LIFE CYCLE MANAGEMENT CENTER (AFLCMC)

AIR FORCE SECURITY ASSISTANCE AND COOPERATION (AFSAC) DIRECTORATE

Security Assistance Management Information System (SAMIS) and AFSAC Online Support

1.0 SYNOPSIS:
This RFI is being conducted by the Air Force Security Assistance and Cooperation (AFSAC) Directorate, at Wright-Patterson Air Force Base (WPAFB) as market research to identify contract holders that may possess the expertise, capabilities, and experience to support the business Information Technology Systems of Security Assistance Management Information System (SAMIS) and AFSAC Online that are managed by AFLCMC/WFS.

This RFI is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this RFI will be treated as information only. No entitlement for payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission responses to this announcement or use of such information. This request does not constitute a solicitation for proposal or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the Air Force in developing its acquisition strategy and statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of the RFI or to otherwise pay for the information submitted in response to this RFI.

The purpose of publicizing notices for potential actions is to increase competition, to broaden industry participation in meeting Government requirements, and to assist small businesses in general in obtaining contracts and subcontracts.

2.0 BACKGROUND:

The AFSAC Directorate located at WPAFB, OH, is responsible for Air Force Security Cooperation for Foreign Military Sales (FMS) stakeholders worldwide. This entails directing, administering, and providing policy guidance for the execution of FMS for the Security Cooperation Enterprise. SAMIS and AFSAC Online are the sole Air Force data systems that enable the FMS process by automating the CASE Execution (Requisitioning Process) by permitting stakeholders to requisition, monitor status, track shipments and deliveries to ensure proper delivery/receipt/billing of materiel/services requisitioned. SAMIS/AFSAC Online (AOL) interfaces over 30 data systems and has large number of on-line users (SAMIS >1000, AOL >900).

3.0 DESCRIPTION:

The AFSAC Directorate is in need of contractor support to maintain and enhance SAMIS/AFSAC Online Applications in support of the FMS Security Cooperation Mission. This work is to be performed onsite at the Program Management Office in Building 209, Area A, WPAFB, Ohio. SAMIS is a mainframe data system housed at the Defense Information Systems Agency (DISA), Mechanicsburg PA, and the infrastructure is supported by DISA. The system is comprised of application written in COBOL and Software AG "NATURAL" programs that access an ADABAS Database. For AFSAC Online the infrastructure is housed at WPAFB, Ohio. The system is comprised of applications written in Microsoft DOT NET, JAVA, ORACLE PL/SQL that access an ORACLE Database.

4.0 CONTRACTOR SPECIFIC EXPERIENCE:


The contractor must be able to provide experienced personnel with senior level skills for the tasks described below:
• Experience in maintaining enterprise legacy data systems from the maintenance/enhancement perspective
• Analyst/Programmer experience
• Experience developing requirements for IT systems
• Experience documenting internal business processes and practices as it relates to Air Force Systems and/or FMS Processes
• Experience or capability to perform business process reengineering
• Experience or understanding of Air Force Management systems such as SAMIS, AFSAC Online (AOL), General Accounting & Finance System(GAFS), Commander's Resource Integration System (CRIS), D035, Defense Logistics Agency Transaction Services (DLATS), CASE Management Control System (CMCS), Security Cooperation Information Portal (SCIP), Defense Security Assistance Management System (DSAMS)
• Personnel shall be capable of working independently and with demonstrated working knowledge of program management, production information system environments, tracking tools, and technical and functional system operations.

5.0 TECHNICAL CAPABILITIES PACKAGE: Parties interested in responding to this RFI must provide the following information and/or documentation that demonstrates technical capability in the critical areas listed below:
• Gather requirements from FMS stakeholders
• Assess system impacts
• Design/document necessary changes to system(s)
• Create plans/schedules to accomplish changes
• Accomplish changes in the appropriate data system in the programming languages of NATURAL, COBOL, DOT Net, JAVA, and PL/SQL
• Test applications to ensure requirements are met
• Prepare documentation to support Configuration Management and promotion of code to Production Environment that support the Software Development Life Cycle.
• Support Application troubleshooting and User Trouble Tickets
• Assist USG staff with data calls/Audits/artifacts for studies, accreditations, and various other efforts.
• The contractor shall ensure that personnel accessing information systems have appropriate DoD approved cybersecurity baseline certification(s) prior to supporting any cybersecurity functions for new or recently modified contracts in accordance with DoD 8570.01-M, Information Assurance Workforce Improvement Program and AFMAN 33-285 Cybersecurity Workforce Improvement Program.
o Contractor must have Information Assurance Technician level 2 (IAT-2) Certifications according to DoD 8570.01-M for application developer assignments.




Interested parties should submit a capabilities package, with a cover letter, that is brief and concise, yet clearly demonstrates ability to meet the stated requirements with sufficiently qualified personnel. Provide
qualifications information (type and duration of employee experience relevant to the requirements) and the level of involvement (prime or sub-contractor) and time periods for work on similar projects. The capabilities package should clearly present evidence that the interested party is fully capable of providing the required services and as such may contain any information that the interested party feels is relevant.

6.0 SECURITY CLEARANCE:


Contractor personnel shall be required to have the appropriate level of investigation and/or security clearance for the site at which they are located during the performance of duties in support of this order. At a minimum, all Contractor personnel are to have a completed favorable National Agency Check Inquiry (NACI)/Entrance National Agency Check. Contractor personnel shall be required to submit a request for a user ID when access is required to a Government computer, to include the submission of proof to the PMO Security Manager that a favorable National Agency Security Check has been completed. The Contractor personnel shall be required to obtain Common Access Cards (CAC) for the purpose of encryption and physical and digital identification for access to systems. The Contractor shall not involve any foreign national (resident aliens exempt) in work performed under this requirement.


7.0 DESIRABLE FEATURES:

Information is being collected from SBA 8(a) companies. All prospective contractors must be registered in the System for Award Management (www.sam.gov) database to be awarded a Department of Defense (DOD) contract. Respondents are further requested to indicate their status as a foreign owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort.

8.0 GENERAL REQUIREMENTS FOR ALL INTERESTED PARTIES:

The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience and/or capabilities in all areas should be provided. Recent, relevant experience is defined as performance of the same or similar work within the past three (3) years. The response must not exceed 5 pages.

• Page size shall be 8.5 x 11 inches; foldouts are permitted but will be assessed towards total page count.
• Pages shall be single-spaced. The font shall be Times New Roman and the font size shall be no less than twelve (12) point. Use at least 1-inch margins on the top and bottom and ¾ inch side margins.
• Capability statements need to address the Items in Section 5.0.


Additional information to include:
• The level of contractor's interest (likelihood of submitting a proposal as a prime contractor)
• Address potential teaming arrangement if likely to submit a proposal
• If a teaming arrangement is considered, describe tasks the prime would perform versus tasks the subcontractor would perform
• Company name and address
• Company business size for NAICS code
• Small Business 8(a) Type, if applicable
• Small Business Graduation Date Company size, number of employees and average annual revenue
• List of multiple award contracts that your company holds
• Name of point of contact for questions and/or clarification (telephone number, fax number, and email address)
• If proposing as a prime and considering the type of technical capability required for this work, your company must be capable of performing 51 percent of the work for this requirement.
• North American Industry Classification Systems (NAICS) code. The NAICS Code determined appropriate for this acquisition is 541511. If your company qualifies as a Small Business (SBA) 8(a) as defined under this NAICS code.



9.0 SUBMITTAL INFORMATION:

Questions concerning this requirement should be electronically submitted to the Contract Specialist, Justin Colaneri at Justin.Colaneri@us.af.mil and cc'ed to Contracting Officer Ms. Deneen L. Oldham at Deneen.Oldham@us.af.mil. Please submit responses to this RFI as directed above as well. All correspondence sent via email shall contain a subject line that reads "SAMIS and AFSAC Online Capabilities Package" Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, or .xls documents are attached to your email.


Be advised that all correspondence sent via e-mail shall contain a subject line that reads "SAMIS and AFSAC Online Support FA8630-18-R-5001" Note that e-mail filters at Wright-Patterson are designed to filter E-mails without subject lines or with suspicious subject lines or contents. Therefore, if this subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the E-mail filters at Wright-Patterson. If sending attachments with e-mail, ensure only .pdf, .doc,.docx, .xsls or .xls documents are sent. The e-mail filter may delete all other form of attachments.


RESPONSES ARE DUE NO LATER THAN 4pm EST on 30 January 2017.

10.0 OMBUDSMAN:

An AFLCMC Ombudsman has been appointed to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Before consulting the Ombudsman, concerned parties should first address their concerns, issues, disagreements, and/or recommendation to the Contracting Officer for resolution. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate serious contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The AFLCMC Ombudsman can be contacted at:

Lt Col Kenny Decker
Deputy Director, AFLCMC/AQ-AZ
937-255-5512 (DSN: 785-2512)
Wright Patterson Air Force Base 45433


 


Justin M. Colaneri, Phone 9376563490, Email justin.colaneri@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP