The document, titled "AF Human Resources Management (HRM) Capability Dependencies (CV-4)," outlines the intricate relationships and dependencies among various Human Resources Management functions within the Air Force. Authored by Kate G. Loving, a System Architect, the file details how different HRM lifecycles—Acquire, Define the Force, Develop, Utilize, Sustain, Compensate, and Transition Airmen—interact with overarching capabilities like IT Support, Customer Service Management, Acquisitions, Surveys, Reporting, IT Infrastructure, Administration, Financial/Costs/Execution, Personnel Records Management, and Compliance. Key areas such as Pay, Medical Evaluations, Manpower, Assignments, Duty Status, Performance Management, and Benefits & Entitlements are shown to be interconnected, affecting and being affected by other HRM processes like retention, separations, promotions, training, and readiness. The document emphasizes that these capabilities are interdependent, with many supporting all HRM lifecycles, highlighting the holistic nature of Air Force HRM.
This document, "Attachment A – Vendor Self-Screen Worksheet," is a critical component of a government Request for Proposal (RFP), designed to evaluate potential vendors for Salesforce-related services. It outlines essential requirements in three key areas: Corporate Experience, Key Personnel, and Proof Artifacts. Vendors must demonstrate experience in Salesforce LWC/Aura to PSS/Industries refactors, agile cross-functional team management, RMF/ATO sustainment, DFARS 252.204-7012 reporting, and Section 508 compliance. Additionally, they need to provide evidence of their Salesforce partner tier or equivalent. The worksheet also requires vendors to identify key personnel for roles such as Program Manager, Salesforce Architect, PSS SME, Platform Developer II, OmniStudio Developer/Consultant, Data/Integration Architect, QA/Accessibility Lead, and DevSecOps/Release Engineer, specifying their credentials and status. Finally, vendors must attach proof artifacts like CI/CD configurations, automated test results, 508 scan outputs, SBOMs, and release logs. This comprehensive screening ensures that only qualified vendors with relevant experience and personnel are considered for the contract.
The document "Attachment B — Notional Contract Approaches (For Comment)" outlines three distinct contract approaches for government procurements, likely within the context of RFPs for services or projects. These approaches offer flexibility in pricing and team structure. The first approach, Firm-Fixed-Price (FFP) Per Iteration, focuses on a set price for each completed and accepted work iteration, with clear checks for progress and acceptance. The second, FFP Team-Capacity, involves a monthly fixed price based on the size of an Agile team, with acceptance tied to accepted stories and sprint-level quality gates, and includes options for scaling the team up or down. The third approach, Hybrid, combines FFP capacity for the main work with limited Time and Materials (T&M) for specific expert tasks, incorporating clear controls to manage these specialized engagements. These notional approaches provide different frameworks for government agencies to structure contracts based on project needs and risk tolerance.
Attachment C outlines sprint-level quality benchmarks for government contracts, akin to a Quality Assurance Surveillance Plan (QASP). It details key performance indicators across several domains: approximately 90% automated test coverage (unit + integration) with all tests integrated into the pipeline; zero style/lint errors or warnings at the time of merge; no critical automated 508 accessibility errors and manual checks for UI changes; absence of high/critical SAST/DAST security findings and updated SBOM delivery; one-command build deployability with documented rollback procedures and successful deployment to staging/production; and updated SVD/release notes each sprint with traceability to stories and acceptance criteria. This document sets clear, measurable quality expectations for software development sprints within government projects.