Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2014 FBO #4627
SOLICITATION NOTICE

B -- Logistics Services for Depot Level Reparables and Air Force-Managed Consumables

Notice Date
7/24/2014
 
Notice Type
Presolicitation
 
NAICS
541611 — Administrative Management and General Management Consulting 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
FA810914R0003
 
Archive Date
12/31/2014
 
Point of Contact
Christina B. Jones, Phone: 4057393455, Diana R Kennedy, Phone: 4057397211
 
E-Mail Address
Christina.Jones.1@us.af.mil, diana.kennedy@us.af.mil
(Christina.Jones.1@us.af.mil, diana.kennedy@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Written response is required. Anticipated Award Date: On or before 6 Oct 14. Duration of Contract Period: 3 Years (one one-year basic with two one-year options). Electronic procedures are approved for this acquisition. The purpose of this effort is to provide logistics services support to the 448th Supply Chain Management Wing (SCMW) for analyses and reports to support Depot Level Reparable (DLRs) Spares and Air Force- (AF-) managed consumables. This requirement supports all AF-managed items maintained at Hill Air Force Base (AFB), Robins AFB, and Tinker AFB. Required tasks may include: Analyzing, researching, reporting, information gathering, tracking, organizing, developing, coordinating, and reviewing data required in support of DLRs Spares and AF-managed consumables. Additionally, this effort involves estimating changes in backorders and the resulting issues and stockage effective measures that result from changes in AF operations or policies. These taskings require the ability on day one of the performance period to mirror the Secondary Item Requirements System (SIRS/D200A); Central Secondary Item System (CSIS/D200N); Readiness Based Leveling (RBL) model; and the total Readiness Spares Packages (RSP) requirements produced by Requirements Execution and Allocation Logistics Module of the Weapon System Management Information System (WSMIS/REALM/D087H). The contractor will be required to perform both recurring and nonrecurring data queries and analyses. In the performance of these recurring and nonrecurring taskings, the contractor will be required to capture quarterly or annual extracts from Requirements Management System (RMS), Automated Budget Compilation System (ABCS), CSIS and RBL and to maintain the tools and expertise required to query and analyze the data. 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. This requirement does not allow access to Government servers. 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: Per PWS. Qualification Requirements: None. Export Control: Yes. LINE ITEM INFORMATION: 0001 Logistics Services for Analyses and Reports Description: Furnish all labor materials, parts, tools, equipment, transportation, services, and any incidentals necessary to provide logistics services necessary to analyze the budgetary requirements for Depot Level Reparables (DLR) Spares and Air Force-Managed Consumables for 448th Supply Chain Management Wing in accordance with the performance work statement (PWS). Travel in support of program requirements. Quantity: Basic Year: 12 months Option I: 12 months Option II: 12 months 0002 Data (CDRL Reporting, Not Separately Priced) Description: Data required in accordance with DD Form 1423, Contract Data Requirements List, as identified in the PWS Quantity: Basic Year: 1 Lot Option I: 1 Lot Option II: 1 Lot Mandatory Language: The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source, Logistics Management Institute (LMI), CAGE 2D675, located in McLean, Virginia, under the authority of FAR 6.302-1. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received by the closing date of the solicitation will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. 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. This acquisition may/does involve technology that has a military or space application. The only US contractors who may participate are those that are certified and registered with DLSC (1-800-352-3572) and have a legitimate business purpose. US contractors must submit a copy of their current, approved DD Form 2345 with their request for solicitation. The form, including instructions for completing the form, is available at http://www.dtic.mil/whs/directives/infomgt/forms/forminfo/forminfopage2220.html. The solicitation/data package will be mailed to the data custodian identified in block 3 of the DD Form 2345. The extent of foreign participation has not yet been determined. MOU country sources must contact the Contracting Officer within 15 calendar days of the date of this synopsis notice to receive a copy of the solicitation at the time it is initially issued. Issuance of the RFP will not be delayed to review requests from MOU country sources received after 15 days or from non-MOU country sources. Nothing in this notice contradicts other restrictions, identified in the synopsis notice or solicitation, regarding eligible sources (e.g., if this is a small-business set-aside, foreign sources may not participate as potential prime contractors but could, if otherwise eligible, participate as subcontractors). Buyer name, phone#, and email address: Christina Jones, 405-439-3455, Christina.Jones.1@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA810914R0003/listing.html)
 
Record
SN03436420-W 20140726/140724235032-5f27ec457d3f674a8477471005f38a19 (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.