wInsight can be used to automate Baseline Execution Index (BEI) and Critical Path Length Index (CPLI) calculations, eliminating the need to manually update schedule data for the calculations. The tool can be used to proactively identify performance problems early in the program lifecycle-including the ability to create alerts and display color coded warnings on reports and charts based on user-defined thresholds.
wInsight supports a wide range of analysis and management charts and allows users to build custom charts that graphically display historical trend data and project into the future. Reports display key performance data for each element and include incremental values, cumulative values, statistical estimates at completion and an "artificial intelligence" narrative that simplistically explains what the earned value data indicates.
If a contractor believes that they have the capability and are qualified to meet the government's requirement, please respond to this Sources Sought Synopsis with a capabilities package.
Capabilities Package
The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. The package shall include the following information:
1. Name of Company
2. Address
3. Point of Contact (to include phone number and email address)
4. Recent, relevant experience in all areas should be provided
5. Interested Sources must have in place a tool/model that has been certified in accordance with AFI 33-210 for use on standard desktop systems connected to the AF Network and AF SIPRNet and placed on the AF Evaluated/Approved Products List (AF E/APL).
6. Firms responding to this announcement should indicate whether they are a large business, small business, Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), 8(a) certified business, Service-Disabled Veteran-Owned Small Business (SDVOSB), or Historically Underutilized Business (HUBZone)
7. Company Size and CAGE code
8. Is your company domestically or foreign owned (if foreign, please indicate the country of
ownership)
The National American Industry Classification System (NAICS) code for this action is 334614. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract.
This is an INDUSTRY NOTIFICATION and is for information purposes ONLY. This is NOT A SOLICITATION. In accordance with FAR 15.201, this announcement shall not be construed as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this notice or otherwise pay for information solicited.
All submissions are requested to be made electronically by 4:00pm EST on 2 September 2014 and emailed to AFLCMC/PZIT Attn: Nicholas Maitland, email: [email protected].
The Government reserves the right to contact the submitting parties as required, for further clarification on material provided. In addition, the Government will use its assessment of the information and other research to determine which sources appear qualified to perform the work required by the Government. Respondents will not be notified of the assessment results.