Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2009 FBO #2774
SOURCES SOUGHT

A -- Request For Information for concepts/solutions for USAF Full Spectrum of Combat Support Capabilities - Attachments 1-4

Notice Date
6/29/2009
 
Notice Type
Sources Sought
 
NAICS
927110 — Space Research and Technology
 
Contracting Office
Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 11817 CANON BLVD, LANGLEY AFB, Virginia, 23606-4516, United States
 
ZIP Code
23606-4516
 
Solicitation Number
SS_A8MC_FA4890-06-29-09
 
Archive Date
8/15/2009
 
Point of Contact
Mr. Harold Richardson, Phone: 757-764-5892, Mr. William A. Thomas, Phone: 757-764-5892
 
E-Mail Address
harold.richardson.ctr@langley.af.mil, william.thomas.ctr@langley.af.mil
(harold.richardson.ctr@langley.af.mil, william.thomas.ctr@langley.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attach 4_ACS Factsheet Attach 3_ACS_CBA Attach 2_ACS_Govt Solution Data Input Workbook_v0_20May09 Attach 1_ACS_Industry Solution Data Input Workbook_v0_20May09 General Information Document Type: Sources Sought Notice Solicitation Number: Reference-Number- SS_A8MC_FA4890-06-29-09 Posted Date: June 29, 2009 Original Response Date: July 31, 2009 Current Response Date: July 31, 2009 Classification Code: A -- Research & Development Naics Code: 927110 Contracting Office Address Department of the Air Force, Air Combat Command (ACC), ACC Acquisition Management & Integration Center (AMIC), Air & Space Operations Acquisition Division (ACC AMIC/PKB), 11817 Canon Blvd, #306 Newport News, VA 23606-4516 POC: Capt Jeremy Babb, Contracting Officer Phone: (757) 225-6050, Fax: (757) 225-7483 Email: Jeremy.babb@langley.af.mil Description The U.S. Air Force submits a Request for Information (RFI) for industry-wide assistance in identifying potential concepts/solutions for the Air Force's full spectrum of combat support capabilities. The Air Forces's Agile Combat Support (ACS) Modernization Analysis Working Group (MAWG) is interested in obtaining information from industry, academia, and Government Laboratories for concepts/solutions, as well as enabling and critical R&D innovative technologies and approaches that offer the potential to enhance the Air Force's ability to provide combat support across the full range of military operations. The MAWG is preparing to conduct the Solutions Recommendation Phase of the ACS Capability Based Assessment (CBA) for FY-12 POM input (see Attach 3_ACS_CBA). ACS is comprised of equipment and systems that are applied in support of all Air Force operations. There is an immediate need to safely and efficiently create, protect, and sustain air and space forces across the range of military operations with lighter weight, smaller footprint, reduced number of combat support resources to achieve a more rapidly deployable capability. These mandates require the more efficient application of combat support resources, equipment, and concepts, via enabling technologies to provide and support a broad spectrum of combat support capabilities. The ACS Concept of Operations identifies more than 20 functional areas comprising the ACS mission area (see Attach 4_ACS Factsheet). This RFI seeks potential concepts and solutions for the following functional areas: Air Traffic Control and Airfield Management, Chaplain, Civil Engineer, Communications and Information, Contracting, Financial Management and Comptroller, Historian, Judge Advocate, Logistics Planning, Maintenance and Munitions, Manpower, Medical, Military Equal Opportunity, Personnel, Postal Services, Protocol, Public Affairs, Safety, Security Forces, Base Services, Supply, and Transportation. To be considered a viable concept, submissions must apply to one or more ACS capabilities. A list of focus areas is provided in a subsequent amendment under the same tracking number as this special notice. Limitations in combat support capabilities across the full range of military operations restrict operational prerogatives. Initial forces often arrive with minimal support and resources. Size and/or weight of ACS equipment and systems strain limited airlift or sealift. Innovative solutions potentially serve to offset these constraints. Present combat support resources are being consumed by current operations, are aging, and are quickly becoming technically obsolete. Information on systems and solutions that require less inter-theater airlift and fewer personnel to support, erect, and maintain operations is requested. Solutions that reduce personnel requirements and logistical footprints while enhancing force protection, infrastructure, and agile logistics are of particular interest. Viable concepts/solutions shall include those that are projected to mature within the following timeframes: Near-term (2012-2017), Mid-term (2018-2023), Far-term (2024-2030). All viable concepts will be reviewed in the ongoing ACS CBA (see Attach 3_ACS_CBA). Solution data should provide sufficient detail regarding processes, technologies, approaches and capabilities for the Government to meaningfully assess the solution's viability, risk, scope of development and procurement costs as well as correlation to the ACS capability topics listed under amendment one. Submission of solutions under this RFI will require the use of one of two Solution Data Input Workbook Templates provided as attachments to this RFI using the same tracking number. Industry respondents should use the "Industry Solution Data Input Workbook" Template (see Attach 1_ACS_Industry Solution Data Input Workbook_v0_20May09) and Government respondents should use the "Government Solution Data Input Workbook" Template (see Attach 2_ACS_Govt Solution Data Input Workbook_v0_20May09). Each solution shall provide sufficient detail, not to exceed 3 pages, to facilitate solution understanding. The template format shall be followed in order for a concept submission to be considered responsive. Each response must be received at ACC/A8MC, no later than close of business 31 July 2009 in order for it to be considered. Again, the responses received must use the same tracking number as the RFI to ensure positive tracking. Data submissions must be delivered via Email (using the MS Word template file provided), or a PDF Formatted attachment, or via authorized delivery means for documents authorized under DOD procedures. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. Mark all proprietary information "For Government Use Only." Proprietary information or trade secrets should be clearly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. MAWG government representatives from across the US Air Force will technically score all responsive concept submissions. This Sources Sought is issued solely for information and planning purposes. This announcement does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. This announcement shall not be construed as a commitment by the US Government. Any information submitted by industry will not constitute an offer which could be accepted by the Government to create a binding contract. The Government does not intend to award any contract on the sole basis of this special notice, nor shall the US Government otherwise pay for any information solicited or administrative costs incurred under this announcement. For additional information on requested technologies or concepts, the following points of contact are provided. Points of Contact: Lt Col Anne-Marie T. Sykes, USAF, at (757) 764-5892 Harold Richardson, ACS Modernization Planning Office, Phone (757) 764-5892 William A. Thomas, ACS Modernization Planning Office, Phone (757) 764-5892 Capt Jeremy Babb, Contracting Officer, Phone (757) 225-6050, Fax (757) 225-7483, Email Jeremy.babb@langley.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/SS_A8MC_FA4890-06-29-09/listing.html)
 
Place of Performance
Address: Address: Langley AFB, VA, Postal Code: 23665, Country: UNITED STATES, Langley AFB, Virginia, 23665, United States
Zip Code: 23665
 
Record
SN01859991-W 20090701/090630000444-d14981f3e2d4c26bf72a53ee871e11cb (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.