SOURCES SOUGHT
R -- Sustainment of USAF Commercial Manuals/Interactive Electronic Technical Manuals (IETMS) to support the USAF108-100/200/201 Turbofan Engines
- Notice Date
- 2/14/2013
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015
- ZIP Code
- 73145-3015
- Solicitation Number
- F108IETMSSS2-14-13
- Point of Contact
- Jerry K. Shiplet, Phone: 4057346436, Bettye Clay, Phone: 405-734-6348
- E-Mail Address
-
jerry.shiplet@tinker.af.mil, bettye.clay@tinker.af.mil
(jerry.shiplet@tinker.af.mil, bettye.clay@tinker.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Title: Air Force F108-100/-200/-201 Engines Interactive Electronic Technical Manual (IETM) Sustainment **THIS IS A REQUEST FOR INFORMATION (RFI) ONLY** This announcement constitutes a Sources Sought Synopsis (SSS)/RFI, no solicitation exists; therefore, do not request a copy of the solicitation. This is NOT a Request for Quote (RFQ), Request for Proposal (RFP) or an Invitation for Bid (IFB), nor is it to be construed as a commitment by the US Government to form a binding contract. The government will not reimburse or pay for any information submitted in response to the RFI. Any request for a solicitation will not receive a response. No obligation is created by either the issuance or response to this RFI. The information sought shall be considered Market Research IAW FAR Part 10.001. Introduction: The purpose of this Government issued SSS is to obtain information and comments from interested and potential sources concerning the sustainment of USAF Commercial Manuals/Interactive Electronic Technical Manuals (IETM) to support the USAF Model F108-100/200/201 Turbofan Engines (CFM56-2A/2B), conversion and integration of commercial/Government technical data for Intermediate and Depot level IETM. Contractors and their facilities must be ISO 9001:2000 certified and provide a management plan that reflects the contractors long term goals to maintain certification. The vendor must also demonstrate they have the knowledge to comply with all Military specifications governing the sustainment of Air Force Technical Orders. The vendor must possess an existing agreement with CFMI that would allow legal access and rights to proprietary commercial data that enables them to retrieve/receive the latest (daily) released SGML data on referenced engines. The vendor must demonstrate the capability to sustain referenced workload and means to deliver up to four block cycle updates a year. The Air Force is hereby soliciting capability statements from interested sources in support of the F108-100/-200/-201 Engines IETM Sustainment. Scope: This RFI is directed to potential contractors who can demonstrate experience in Air Force technical order sustainment and technical order updates in digital form on CD/DVD in Hyper Text Markup Language (HTML) and Extensible Markup Language (XML) in the form of IETMS capable of viewing with Microsoft Internet Explorer that are Federal Desktop Core Configuration (FDCC) compliant. The tasks include the sustainment of current IETM from Government furnished digital source files, sustainment support for applicable manuals, post-IETM build, preparation of IETM-compliant Rapid Action Change (RAC) packages, incorporation of Time Compliance Technical Orders (TCTOs), RACs and AFMC Form 252 into the IETM and IETM build efforts to support distribution of up to four a year IETM Revision Block Cycle Updates (BCU). The Government will use the information gathered in response to this SSS/RFI and additional market research to refine the strategy for a potential sustainment effort. Further, this information will help the Government structure a program that will mitigate cost, schedule and performance risks. Note: The Government contemplates the award of a 5 year firm-fixed-price contract with the following Period of Performance: 1 year basic with four 1 year options with up to four block cycle scheduled updates that may be negotiated each year. Information / Format: Potential offerors are requested to provide information on capabilities currently being performed which meet the needs of the Air Force in supporting an IETM program or relevant history and evidence of past performance/capability. The Air Force is expecting that the requirement to provide information on current or past services meeting the needs of the Air Force will demonstrate the offeror has an existing infrastructure and capabilities to support all aspects of this effort. Responses will be limited to 20 pages or less. Please include the following information in your response: • Company name and associated CAGE code • Point of contact name and number • Business status: Large, Small, 8(a), HUB Zone, Woman-owned, etc. • Qualifications/Certifications/Technical Order Experience Request for Information Requirements: Please submit your responses electronically to jerry.shiplet@tinker.af.mil. (hard copies are not necessary). If your response includes information you consider proprietary, please mark the information in accordance with regulatory guidance. Please indicate whether or not your response to this RFI can be provided to non-government advisors. Please do not include company brochures or other marketing information. Please see below for contact information. RFI Questions: 1. Is company currently providing this service to commercial customers? 2. Is company currently providing this service to the US Government? If so which agency? 3. How many years of experience does company/staff have providing this level of effort? 4 What is company's current customer satisfaction rating on all like efforts? 5. If requested would company provide a complete list of past/current customers over last five years that could be contacted to validate satisfactory support? 6. Is facility and/or subcontractors (if used) ISO 9001:2000 certified? 7. Does the company and/or subcontractor (if used) have the electronic data storage backup fail-safe capability to guarantee protection of Government proprietary data? If so please explain how? 8. Based on 100%, what percentage of the work would be accomplished by your company as the prime contractor, versus subcontractors? 9. If this requirement is formerly solicited, would it be your intent to submit a proposal? Please provide any additional relevant feedback that is deemed important in developing this requirement. Any information that is propriety should be clearly marked. Note: Small businesses capable of providing/fulfilling this type of requirements are encouraged to respond. Please identify your Small Business Category, size standard, and NAICS Code.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/F108IETMSSS2-14-13/listing.html)
- Place of Performance
- Address: At selected contractors facility, United States
- Record
- SN02988519-W 20130216/130214234917-e10ffb9b13d0a181c6367cbd1e22c4af (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 |