DOCUMENT
R -- Diminishing Manufacturing Sources and Material Shortages Management - Draft RFP
- Notice Date
- 6/9/2014
- Notice Type
- Draft RFP
- 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
- FA810914R0001
- Archive Date
- 12/31/2014
- Point of Contact
- Harold L. Taylor, Phone: 4057365668
- E-Mail Address
-
harold.taylor.8@us.af.mil
(harold.taylor.8@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Written response is required. Anticipated Award Date: On or before 12 Dec 14. Duration of Contract Period: 3 Years (one one-year basic with two one-year options), Indefinite Delivery, Indefinite Quantity (IDIQ). Pursuant to FAR 16.504(a) (2) the government shall order a minimum of EITHER (1) $500,000.00 from a mix of any CLIN of the basic year, OR (2) CLIN 0006 (import of data). The established CLINs reveal a Best Estimated Quantity (BEQ) for which the Government predicts the annual requirement. Pursuant to FAR 16.504(a) (1) the established CLINs also reveal the maximum quantities the Government shall order. Failure of the Government to order quantities described in the Schedule as "estimated" or "maximum" will not entitle the contractor to any equitable adjustment in price under the contract. Electronic procedures are approved for this acquisition. The purpose of this effort is to provide Diminishing Manufacturing Sources and Material Shortages (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 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. 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 the Performance Work Statement (PWS). Service/Spare/Repair/OH: Service. Application: Multiple weapon systems. Destination: Multiple per PWS. Qualification Requirements: None. Export Control: Yes. LINE ITEM INFORMATION: Loading of New Line Item Data Description: Perform the requirements of identifying, mining, and/or loading weapon system's technical data managed by Hill AFB, Robins AFB, and Tinker AFB in accordance with the PWS and all of its attachments. The contractor shall provide training for approximately 500 Tool users at time of award. Throughout the year, the contractor shall provide training to approximately 150 new AFSC personnel and AFSC contractors on contract to support obsolescence management. Quantity: Best Estimated / Maximum Basic Year: 500,000 / 650,000 each Option 1: 400,000 / 600,000 each Option 2: 400,000 / 600,000 each Updating Line Item Data Description: Line item updates are required as formal source document revisions are released. All data loaded into the Tool shall be maintained at the current source document revision level. Quantity: Best Estimated / Maximum Basic Year: 500,000 / 600,000 each Option 1: 400,000 / 600,000 each Option 2: 400,000 / 600,000 each Travel Description: The contractor shall obtain approval from the Government COR five (5) working days in advance before traveling. As part of the monthly report, upon completion of any travel, the contractor representative shall submit a trip report. The contractor is responsible for making all necessary travel arrangements. Quantity: (Hill AFB, UT) Best Estimated / Maximum Basic Year: 2 / 3 each Option 1: 2 / 3 each Option 2: 2 / 3 each Quantity: (Robins AFB, GA) Best Estimated / Maximum Basic Year: 2 / 3 each Option 1: 2 / 3 each Option 2: 2 / 3 each Quantity: (Tinker AFB, OK) Best Estimated / Maximum Basic Year: 4 / 5 each Option 1: 4 / 5 each Option 2: 4 / 5 each Data (CDRL/DID Reporting, Not Separately Priced) Description: Reports related to Conference Agenda, Conference Minutes, Contractor Progress and Status, Contract Summary, and Small Business Subcontracting. Quantity: Best Estimated / Maximum Basic Year: 1 / 1 Lot Option 1: 1 / 1 Lot Option 2: 1 / 1 Lot Data (Appendix B) Description: A copy of all APPENDIX B data shall be delivered to the Government in a flat file format easily transferrable and usable by the Government without any reverse engineering effort. The Government shall own and have unlimited rights to all the data listed in APPENDIX B during and at the end of the contract. Quantity: Best Estimated / Maximum Basic Year: 1 / 1 Lot Option 1: 1 / 1 Lot Option 2: 1 / 1 Lot Import of Indentured Parts Data Description: Contractor shall import all Government owned part attribute data into their Tool restructure, relink as required by this PWS. In addition to the Government owned part attribute data, the contractor shall populate the same approximate 21 million line items with the contractor supplied part attribute data listed in APPENDIX C. Quantity: Best Estimated / Maximum Basic Year: 1 / 1 Lot (Option Years not applicable). Mandatory Language: One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at 405-736-3273. Buyer name, phone#, and email address: Harry Taylor, 405-436-5668, Harold.taylor.8@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA810914R0001/listing.html)
- Document(s)
- Draft RFP
- File Name: Draft RFP (https://www.fbo.gov/index?s=procurement&mode=form&id=61214b02e8f91182159a3c79f518c8c8&tab=ntype)
- Link: https://www.fbo.gov/index?s=procurement&mode=form&id=61214b02e8f91182159a3c79f518c8c8&tab=ntype
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Draft RFP (https://www.fbo.gov/index?s=procurement&mode=form&id=61214b02e8f91182159a3c79f518c8c8&tab=ntype)
- Record
- SN03389293-W 20140611/140609234523-93560b14ebc4a5fa23f2be2b961f8a3b (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 |