SOURCES SOUGHT
D -- Diminishing Manufacturing Sources and Material Shortages - DRAFT Performance Work Statement
- Notice Date
- 2/7/2014
- Notice Type
- Sources Sought
- NAICS
- 518210
— Data Processing, Hosting, and Related Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
- ZIP Code
- 73145-3015
- Solicitation Number
- DMSMS-Predictive-Tool
- Archive Date
- 6/30/2014
- Point of Contact
- Royce Smith, Phone: 405736-2986, Debra Shepherdmoore, Phone: 4056227345
- E-Mail Address
-
Royce.Smith.1@us.af.mil, Debra.Shepherdmoore.1@us.af.mil
(Royce.Smith.1@us.af.mil, Debra.Shepherdmoore.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft PWS Diminishing Manufacturing Sources and Material Shortages Agency: Department of the Air Force Office: Air Force Materiel Command Location: Tinker AFB, OK 429SCMS Notice Type: Sources Sought Synopsis North American Industry Classification System (NAICS): 518210 Data Processing, Hosting, and Related Services Size Standard: $30M This industry comprises establishments primarily engaged in providing infrastructure for hosting or data processing services. These establishments may provide specialized hosting activities, such as web hosting, streaming services or application hosting; provide application service provisioning; or may provide general time-share mainframe facilities to clients. Data processing establishments provide complete processing and specialized reports from data supplied by clients or provide automated data processing and data entry services. Illustrative Examples: Application hosting, Optical scanning services, Application service providers, Web hosting, Computer data storage services, Video and audio streaming service, Computer input preparation services, Microfilm imaging services, and Computer time rental. Duration of Contract Period: 1 one - year Basic and 2 (two) one-year options. This is a Sources Sought Synopsis (SSS) announcement. This is not a solicitation for proposal; therefore, a solicitation number has not been assigned. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. This SSS is issued for the purpose of collecting market research, solely for informational, planning, identification of capable sources/recommended strategy and if this effort can be competitive or a Small Business Set-Aside. The information provided in response to this SSS is for discussion purposes and any potential strategy that may be developed from these discussions would be the subject of a separate, future announcement. The information received in response to this SSS may be utilized by the Government in developing an acquisition strategy, and requirements documents (i.e.; Statement of Objectives, Performance Work Statement (PWS), or Purchase Description). A DRAFT PWS has been attached to this SSS. The Air Force requires that only non-proprietary information be submitted in response to this SSS. The Air Force shall not be liable for or suffer any consequential damages for the use of any proprietary information submitted. The planned service acquisition is for three years; a one year basic ordering period and two, one-year priced option periods for the aforementioned contract for services for the Air Force Materiel Command (AFMC). Please see the attached DRAFT PWS for specific contractor requirements. The Government requests interested parties to provide insight/recommendations regarding the attached PWS. As stated earlier, the Government may use the recommendations as a basis for determining the final acquisition strategy and potential contract requirements. PURPOSE: The purpose of this effort is to provide DMSMS support for all Air Force (AF) users located at Hill AFB, Tinker AFB, and Robins AFB hereafter to be called Air Force Sustainment Center (AFSC) to proactively reduce mission capability impacts. This effort also supports users outside the AFSC. The AF must continue to proactively improve logistics support and system sustainability. The AF users must be able to status parts across multiple weapon system platforms which require linking of the data in order to run necessary queries and reports from a single access point. This effort will help assure all required parts and materials to support AFSC managed weapon systems are available within acceptable production lead times. In addition, the effort will reduce the overall cost of ownership of the weapon systems by, (1) facilitating economical DMSMS resolution costs, (2) reducing the number of reactive solutions, (3) minimizing any delays in organic depot-level repair as well as Contractor repair, and (4) improving system availability. IMPORTANT NOTE: The AF technical data is considered For Official Use Only (FOUO) and must be protected as such. The contractor shall have a current Certification and Accreditation (C&A) with an Authority to Operate (ATO) for the Tool at time of proposal submission. Contractor shall submit a copy of the C&A and signed ATO with the proposal. Contractor shall maintain the C&A and ATO as updates are released. Contractor shall maintain a current C&A and ATO throughout the period of performance of this requirement. The contractor shall provide services for the management of the AF owned parts data. The contractor shall furnish an Information Technology (IT) capability that can perform the requirements of this PWS (see attached DRAFT). The contractor's IT capability, combined with the AF owned parts data, shall hereafter be called the "Tool". The contractor shall provide the necessary capabilities required to support the 448 Supply Chain Management Wing (SCMW) obsolescence management initiatives as described in this PWS. The contractor's Tool shall meet all requirements of this PWS at time of proposal. The contractor shall also provide engineering, technical and program support services for the effort. This requirement is considered Sustainment and does not allow for development or modernization of a contractor's IT capability. This requirement does not allow for the Government purchase of software modifications or software enhancements. This requirement does not allow for the Government purchase of computer hardware. At time of proposal, the contractor shall have a complete IT capability which has the ability to perform the requirements as stated in this PWS. The Government may host an Industry Day which will be announced on FBO. The Government may limit the number of attendees from each company depending on number of interested parties and/or meeting venue. The Government shall not reimburse or be liable for any travel expenses. All expenses related to this SSS and/or industry day shall be at contractor expense. A one-on-one session may be available if requested in advance. Questions may be transmitted in advance of Industry day and may be transmitted electronically via e-mail to the POC listed in this announcement. Government responses may be provided on FBO or at the Industry day event. If a company believes it is capable of meeting the Government's requirement/perform the contract services, the company may identify their interest and capability to the POC listed within this synopsis. Those interested companies must indicate whether they are a large, small, and small-disadvantaged, 8(a), women owned, or a Veteran/Service-Disable Veteran Owned Business as well as a HubZone small business and whether they are U.S. or foreign owned. Companies interested in responding may submit a capability statement to include the following information and/or documentation that demonstrate technical capability in the areas listed below. These areas are considered critical for achieving successful technical performance. Include in your companies description/documentation for each area below whether your company has performed as a prime or as a subcontractor; and identify if personnel have at least three years of recent experience. 1. Describe your experiences working with DMSMS Predictive Tools. 2. (CRITICAL) List RELEVANT Government and/or commercial contracts with the following information: • Contract number and description of services • Contracting officers' names, addresses, and telephone numbers 3. Interested parties should submit a capabilities package, with a cover letter, that is brief and concise, yet clearly demonstrates ability to meet the stated requirements with sufficiently qualified personnel. Provide qualification information (type and duration of employee experience relevant to the requirements) and the level of involvement (prime or sub-contractor) and time periods for work on similar projects. The capabilities package should clearly present evidence that the interested party is fully capable of providing the required services and as such may contain any information that the interested party feels is relevant. 4. Submit the following company information: • Company name and address. • Company business size by NAICS code. • Small Business Type, if applicable. • Provide number of employees and average annual revenue. • Point of Contact for questions and/or clarification. • Telephone number, fax number, and email address. • Identify the risk areas associated with this effort? Identify how risks could be mitigated? • Can your company perform as a prime contractor in an efficient, cost effective manner while meeting contract requirements? Please explain. A determination by the Government not to compete this potential acquisition, based upon responses received to this notice, is solely within the discretion of the Government. Information received will be considered solely for the purpose of on-going market research. Respondents should not submit proprietary data. The Government will not pay for any information submitted as a result of this sources sought synopsis. A response to this sources sought synopsis is NOT a request to be added to a prospective bidders list or to receive a copy of the solicitation. If a solicitation is issued, it will be posted later at https://www.fbo.gov and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. This sources sought synopsis shall not be construed as an obligation on the part of the Government to acquire any products or services.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/DMSMS-Predictive-Tool/listing.html)
- Record
- SN03284256-W 20140209/140208000055-61214b02e8f91182159a3c79f518c8c8 (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 |