The RFP Database
New business relationships start here

Sustainment Management System (SMS) Technical Content


Illinois, 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)

Sustainment Management System (SMS) Technical Content


Responses Accepted: Until 4:00 PM (Central) on April 4, 2017.


ERDC-CERL is requesting information on research related to SMS for utilities.


This is a Request for Information (RFI) only, as defined in FAR 15.201(e), to obtain pricing, delivery, capabilities and other market information for planning purposes. This RFI is not a request for competitive proposals; therefore, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. Responses should include information whether the responder's firm is a small or large business. The size standard is 1000 employees under NAICS code for this potential effort of 541712, Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology). Companies that respond will not be paid for the information submitted. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. Please do not submit any classified information.


1. Background:
ERDC has the responsibility for developing and maintaining the capability to assist customers in finding the optimum solution to enhance their facility engineering business processes. As part of this mission, ERDC conducts research, development, testing and evaluation (RDT&E), and integrates, supports, and maintains hardware, software, and databases of centralized information to automate specific business processes. This includes RDT&E documentation and development of specifications, procedures, algorithms, and specialized software related to this mission area.
The purpose of this RFI is to identify the availability of relevant capabilities, technologies and products from all sources, including potential 8(a) Small Businesses.
ERDC has developed a set of standardized facility condition assessment tools for life cycle asset management called the Sustainment Management System (SMS) for buildings, roofing, pavements, and railroads (http://www.sms.erdc.dren.mil/). SMS for fueling systems and site utility network distribution systems are also under development. These systems are generally based on capabilities in the following areas:
• Inventory definitions to include component identification, primary attributes, secondary attributes, pertinent subcomponents, basic attributes, lifecycle parameters, and criticality indicators.
• Physical Condition Assessments - the primary aspects are direct ratings distress definitions, common observable defects and failure scenarios with calculated ratings at the component, sub-system, and system levels. Images, system configurations, and schematics for typical component associations are also used.
• Functional Assessments are focused on the ability of the component (or system) in new condition to meet the user requirement(s).
• Parametric costs for sustainment repairs that can be adjusted based on condition for use in work planning and key performance indicators (KPIs), such as the Facility Condition Index (FCI).
• Work planning (generation and prioritization based on cost-benefit), that includes applicable work activities for maintenance, corrective repairs, replacement, and upgrades at a system or component level corresponding with the inventory parameters and addresses deficiencies identified during assessment, including typical work activity frequencies and costs.
• Forecasting includes condition prediction of component or system based on age, expected service life, and past assessment observations, to support forecasting and course of action analysis.
• KPIs, including FCI, are calculated metrics for upward reporting purposes.
(https://en.wikipedia.org/wiki/Facility_condition_index).
Also see the condition assessment manual (https://support.sms.erdc.dren.mil/downloads/files/33-condition-assessment-manual/download).


2. Scope of Capabilities Sought:
The scope of the capabilities sought include, but are not limited to the following:
The project objective is to develop SMS technical content, including documentation and training for use by assessors, implementers, and system users, related to component inventory definitions, physical condition assessment, functional assessment, and applicable work activities. This content shall be for utilities with similar capabilities to the existing SMS, to include approximately 134 components in the following domains: water (including water treatment), electric, sewer (including sanitary, storm and industrial wastewater treatment), gas, thermal, and miscellaneous. The components are defined in more detail by the DOD GIS standard, Spatial Data Standard for Facilities, Infrastructure, and Environment (SDSFIE), as feature classes in the data dictionary at: https://www.sdsfieonline.org/Documents/Latest_GeoBase_Documents_Summer_2016.zip. See file 3.1.0.1 - AF Adaptation Data Dictionary_20150806.xlsx. Additional components may be needed for water treatment plants, wastewater treatment plants, thermal power stations and other facility level feature classes. More generally, improvements and enhancements to existing SMS (including but not limited to monitoring and inspection technology applications) and application to infrastructure related to military installations not listed in this announcement are also sought.


Capabilities of inventory, assessment, condition prediction, work planning, forecasting and FCI calculation are necessary but need not be identical to other SMS in how they are accomplished. Data collection practices, assessment methods, and work applications should conform to best practices for utilities design, construction, operation, asset management and utilize existing data sources and data standards where applicable. Leveraging in conjunction with existing SMS, real property, maintenance management, GIS, and other systems is sought. Analysis methods including but not limited to big data, sensor fusion, and data analytics are also of interest.


Utility distribution systems have substantial infrastructure that is hidden from view. Novel approaches for creating the capabilities will be considered. Approaches for the use of sensors, including but not limited to vibration, acoustics, load, and resistance (such as Meggar), and for inspection tools, including but not limited to pipe pigs, infrared, cameras, are also of interest. Methods for analysis of the cost and effort to collect and maintain information collected are sought.


Capabilities and approaches listed herein are only meant to be illustrative and should in no way limit the range of responses for accomplishing the broadest goals and objectives of SMS. Both existing capabilities and developmental approaches will be considered but the objective is for the government to have ownership or full rights of use to any content obtained under subsequent contracts. Off the shelf software will also be considered. Responses do not necessarily need to address all technical areas identified. Responses may include software and data management capabilities but that is not required. Capabilities and experience limited to one or more areas or one or more utility domains that would advance the SMS development are sought with equal interest.


Responses to this announcement should include a technical description and detailed characteristics addressing the needs stated above. In addition, responses may be for all or any part of the needs specified and should clearly explain the areas being addressed. Commercial and/or Government technology solutions or products offered to fulfill these requirements shall be identified by brand name and company/organization. Questions should be directed to Ms. Rita Brooks via email at rita.s.brooks@usace.army.mil with a copy to Ms. Andrea Thomas at andrea.j.thomas@usace.army.mil.


3. SUBMISSION FORMAT
Respondents to this RFI are encouraged to be as succinct as possible, while also providing actionable insight. Responses shall be in MS Word or Adobe PDF format. Responses less than ten (10) pages are encouraged, but additional pages and reference materials will be considered. Respondents are responsible for clearly identifying proprietary information. Responses containing proprietary information must have each page containing such information clearly marked with a label such as "Proprietary" or "Company Proprietary." DO NOT INCLUDE ANY CLASSIFIED INFORMATION IN THE RFI RESPONSE. The following format shall be used for all submissions:

A. Cover Sheet(s): Provide the following information:
1. Response Title
2. Company Identification
- Company Name:
- Address:
- Telephone Number (Of POC):
- Fax Number:
- Email Address (Of POC):
- CAGE Code:
- Capability Statement:
- Confirmation of Enrollment in the 8(a) Program (if applicable).
3. Technical point of contact name, organization, telephone number, and email address
4. Indicate the RFI area(s) addressed by the response


B. Technical Description per the scope previously described.


C. Bibliography/References


D. Is your company currently providing or have they performed similar services to the Department of Defense (DoD), another government agency, or other non-government customer? If so, please identify the agency or non-government customer with point of contact name, phone number, and email address.


E. If applicable, provide the capabilities and experience of your company to meet the technical capabilities to provide applications which operate within the Army or DoD computing environment.


F. Has your company performed this type of effort or similar type of effort (to include size and complexity) in the past?


4. SUBMISSION INSTRUCTIONS
All responses to this RFI must be emailed to CERL-CT-QUOTES@usace.army.mil or mailed via CD/DVD (USBs or hardcopy will not be accepted) at ERDC-CERL, Attn: Rita Brooks, 2902 Newmark Drive, Champaign, IL 61822-1076, or PO Box 9004, Champaign, IL 61826-9005. Email responses are preferred. Responses will be accepted any time from the publication of this RFI until 4:00 PM (Eastern) on April 4, 2017. Early responses are encouraged. The contractor is responsible for ensuring that the response is received prior to the stated deadline, regardless of the method of delivery.


5. CONTACT INFORMATION
All technical and administrative correspondence and questions regarding this RFI should be emailed as specified above. Technical questions for the purpose of improving the focus of the response are encouraged. Questions regarding clarifications of the requirements shall be received not later than seven (7) business days prior to the deadline for submission, in order to allow sufficient time for a response.


6. ELIGIBILITY
ERDC-CERL invites responses from all those engaged in related research activities and appreciates responses from all capable and qualified sources including, but not limited to, universities, university-affiliated research centers (UARCs), Federally-Funded Research and Development Centers (FFRDCs), private or public companies and Government research laboratories.


7. DISCLAIMERS AND IMPORTANT NOTES
• This is an RFI issued solely for information and new program planning purposes; it does not constitute a formal solicitation for proposals. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government as such.
• Responses do not bind ERDC-CERL to any further actions related to this topic including requesting follow-on proposals from respondents to this RFI.
• Submission is voluntary and is not required to propose to a subsequent Broad Agency Announcement (BAA) (if any) or other research solicitation (if any) on this topic.
• ERDC-CERL will not provide reimbursement for costs incurred in responding to this RFI.
• Respondents are advised that ERDC-CERL is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted under this RFI.


 


Rita S. Brooks, Contract Specialist, Phone 2173737280, Fax 2173736773, Email rita.s.brooks@usace.army.mil - Andrea J Thomas, Contracting Officer, Phone 2173736746, Fax 2173736773, Email andrea.j.thomas@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP