SOURCES SOUGHT
D -- Logistics Tools Suite Support Requeset for Information (RFI) - Draft PWS - 9 Feb 15
- Notice Date
- 2/9/2015
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8604-15-R-7006
- Archive Date
- 3/10/2015
- Point of Contact
- Hilary Schroeder,
- E-Mail Address
-
hilary.schroeder@us.af.mil
(hilary.schroeder@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft PWS - 9 Feb 15 This is a request for information, issued for the purpose of identifying potential sources with the capability to accomplish the effort described herein. Our primary interface with industry will be the Federal Business Opportunities (FBO) (https://www.fbo.gov/) site. This is a request for information, as defined in FAR 15.201(e). Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. The Government does not presently intend to award a contract based on responses to this RFI, but is in need of information on potential sources to support AFMC/A4's Logistics Tools Suite. This RFI is intended to help the government finalize the acquisition strategy and schedule. 1. Background: Air Force Materiel Command (AFMC) is working in close cooperation with related Department of Defense (DoD) organizations (AF, Army, USMC, Navy, and DLA) to maintain, enhance, and improve transportation and distribution systems, funding processes, and automated tools to aid in warfighter support throughout the Air Force (AF) and DoD and to improve the effectiveness of the AF Supply Chain. Furthermore, AFMC is tasked with providing performance measurement to ensure the best use of limited resources and funding. Accordingly, solid contract support is essential to ensure highly effective tools are available to enable transportation processes and provide accurate, real-time cost visibility / control needed for sound decision-making in meeting Financial Improvement and Audit Readiness (FIAR) compliance initiatives, and avoid Anti-Deficiency Act (ADA) Transformation of transportation processes and policies is needed to achieve effective integration with end-to-end supply chain management. 2. Scope: Non-personal services to provide Logistics Information System Development and Maintenance Support. The PWS encompasses analysis of logistics information systems and processes supporting the movement of DoD cargo; providing technical recommendations for improving and enhancing velocity, throughput and cost effectiveness of the DoD logistics pipeline information system; creation and maintenance of web-enabled shipping and packing tools; creation and maintenance of websites and AF portal content; administration of web servers; creation and maintenance of web-enabled budget analysis and third party payment system (TPPS) processing tools used for analysis of transportation expenditures data to identify policy violations and recover unauthorized expenditure of DOD-managed funds. This requirement will accommodate support for Overseas Contingency Operations and will support the AFMC in satisfying United States Air Force (USAF) and DoD goals and objectives including joint distribution initiatives by providing system and functional subject matter expertise to AFMC and our DoD partners. 3. Detailed performance requirements can be found in the attached PWS. 4. In response to this RFI, please provide the following information: a. A description of your company; including address, CAGE Code, DUNS and Point of Contact information, and your intentions for responding to a potential Request for Proposal. The applicable North American Industrial Classification System (NAICS) code is expected to be 541511, with a size standard of $27,500,000. Indicate whether you are a large or small business in relation to NAICS 541511 and if small, your small business type (Small, SDB, etc.). b. A description of your company's experience as it pertains to the attached PWS. c. A description of your company's ability to meet the needs of the PWS. (Include subcontractor/teaming relationships that might pertain to this effort.) d. Comments to the attached draft PWS. Include details of technological challenges your company sees in meeting PWS requirements. e. Any other relevant topics, concerns, and information which should be brought to the government's attention. 5. Questions may be directed to Hilary Schroeder, Contract Negotiator, at hilary.schroeder@us.af.mil. Formal responses must be submitted by e-mail to hilary.schroeder@us.af.mil with the subject "Response to RFI - FA8604-15-R-7006." Please also identify in the subject line whether your company is a small business under NAICS code 541511. 6. Responses are requested no later than 1 pm on 23 Feb 15. Given the need for a rapid response to this RFI, lengthy and elaborate presentation material and explanations are discouraged. Marketing materials are not a sufficient response to this RFI. Please limit responses to no more than 10 pages. A point of contact that can speak for the responding company should be identified to support further Government inquiries as well as explanations that might be needed with regard to the information provided.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-15-R-7006/listing.html)
- Record
- SN03637824-W 20150211/150209235307-0125a4b2f0c2e5bc09e3fa1fe6e6af72 (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 |