Solicitation for system maintenance and sustainment, cloud maintenance and sustainment, product upgrades and enhancements, serverless development, implementation, academic logger upgrade, SAS module, schedule optimization, CMMR improvements, risk assessment, flight schedule assistant, travel cost, and options for 12 months, 1 year, and 12 months. Additional documents required (with deadline for delivery), participation criteria, process stages, cost of the dispute, deadlines for clarification and objection, exclusivity for certain types of companies (if any), deadline for starting services, deadline for total delivery of services, security requirements, travel requirements, and technical requirements are specified in the document. The solicitation includes a performance work statement (PWS) detailing the scope of work, general requirements, specific requirements, and applicable references. The contract is for the Marine Sierra Hotel
Aviation Readiness Program (M-Sharp). The contractor will need to have facility clearances and personnel clearance levels. The contractor will be required to obtain common access cards (CACs). Travel is anticipated in support of this requirement. The contractor shall establish protocols and infrastructure to facilitate communications between leadership and stakeholders. The contractor shall identify and retain a program manager to coordinate contract activities with government principals. The contractor shall ensure preexecution hazard identification. The contractor shall be responsible for establishing a staff complement capable of handling the responsibilities of task execution and coordination of team resources. The contractor shall develop, implement, and maintain a management capability that facilitates effective performance in consonance with the criteria established in the quality assurance surveillance plan (QASP). The contractor shall develop a quality management plan (QMP) to meet quality and performance standards. The government will execute responsibilities related to performance oversight, deliverables acceptance, invoice certification, and coordination of work effort. The contractor shall use the current version of the below references as a guide to the extent necessary to accomplish the tasks as stated in this PWS. The contractor shall develop a master project schedule, upgrades and enhancements schedule, and a program planning milestone chart. The contractor shall develop, maintain, and update a mission essential services plan. The contractor shall provide onsite support to all using units. The contractor shall make the web site accessible to the using units. The contractor shall maintain updated concurrently with the released version electronic webbased help files accessible within the msharp application. The contractor shall provide telephone/email points of contact for all onsite technical support contractors and access to a webbased customer support request form ticketing system. The contractor shall maintain and sustain all existing data connections and/or APIs with associated systems. The contractor shall implement, when requested by the COR, up to two new standard data connections per contract year. The contractor shall maintain central configuration control for the msharp software and support materials. The contractor shall create, maintain, and update all programmatic and system specific documentation, test plans, supporting documentation, and presentation material. The contractor shall maintain TMS and MOS specific
aviation TR manuals. The contractor shall have experience and certifications in all aspects of infrastructure as a service (IaaS) within the Amazon Web Services (AWS) GovCloud environment. The contractor shall provide a cost-effective infrastructure hosted in AWS GovCloud that meets federal and DoD IT security requirements. The contractor shall maintain architecture to ensure replication of data between at least two database instances located at two or more sepa