Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2018 FBO #5928
SPECIAL NOTICE

17 -- US Air Force Airfield Inspection Management System (AIMS)

Notice Date
2/13/2018
 
Notice Type
Special Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/HB - Hanscom, 11 Barksdale Ave Bldg 1614, Hanscom Air Force Base, Massachusetts, 01731, United States
 
ZIP Code
01731
 
Solicitation Number
FA8730-AIMS-RFI-13Feb18
 
Archive Date
3/31/2018
 
Point of Contact
Andrew Pankow, , Richard Williams,
 
E-Mail Address
andrew.pankow@us.af.mil, Richard.williams.66@us.af.mil
(andrew.pankow@us.af.mil, Richard.williams.66@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Introduction The US Air Force Airfield Inspection Management System (AIMS) is envisioned to be software or a software/hardware solution that can be used during the inspection of airfield surfaces and facilities to determine, identify, and report and follow-up on the condition, availability and functionality of airfields and equipment. The system must collect, sort and analyze functional capabilities supporting and enabling a broad range of operations with the goal of combining inspection and reporting into a sustainable, scalable tool(s) to standardize airfield management across AF bases. The system will support Airfield Management (AM) duties and responsibilities as identified in Air Force Instruction 13-204V3, chapter 17, r e q u i r e d t o p ro v ide effective and real time assessment and reporting of airfield conditions. AFI 13-204v3 should be used as reference only. Requirements/capabilities are listed below. The current planning strategy is to purchase at a minimum one hundred software licenses or software/hardware systems to be distributed throughout US Air Force both in CONUS and OCONUS. Disclaimer This is a Request for Information (RFI) only, which as part of market research, is being issued in accordance with (IAW) Federal Acquisition Regulation (FAR) subpart 15.201(e). This RFI is issued solely for information and planning purposes to obtain information related to general programmatic topics, price, delivery, product line capabilities analyses, and demographic/other market information. This is not a solicitation/Request for Proposal, a Request for Quotation, an Invitation for Bids, a solicitation and no contract shall be resultant from this synopsis. AFMC AFLCMC/HBAB will not pay respondents for information provided in response to this RFI. Responses will be treated as information only and will not be used as a proposal. Any information provided by industry to the Government, as a result of this RFI, is strictly voluntarily. Purpose The Air Traffic Control & Landing Systems (ATCALS) program office located at Hanscom AFB MA is requesting information from industry to assist in the planning for the acquisition of Airfield Inspection Management System. The Government is considering a minimum one hundred software licenses or software/hardware systems to be distributed throughout US Air Forces both in CONUS and OCONUS. The system must include a software or hardware/software solution and ancillary equipment to conduct airfield inspections, discrepancy and condition reporting. In addition, the Government has specific requirements outlined below as to the capabilities of the system. Desired Capabilities 1. General Capabilities a. Graphical based airfield observation and discrepancy recording b. Centralized server with backup/redundant server c. Device independent wireless solution d. Minimum 100 software licenses or software/hardware systems e. One year data storage and backup f. Print hard copy reports g. Initiate and track work orders h. Airfield mapping and editing (note: each airfield is unique and configured differently) I. Discrepancy tracking from report, repair to re-inspection j. Alert reporting of when inspections are due or overdue 2. Daily Airfield Inspections, Conditions Recorded, Distributed and Reported a. NOTAM conditions b. Foreign Object Debris c. Runway Surface Conditions d. Runway Condition Readings e. Bird Aircraft Strike Hazards f. Construction Management g. Flight and Ground Safety Hazards h. Equipment Outages i. Airfield Driving Incursions j. Discrepancy and work order logs k. Trend Analysis l. Airfield lighting status and marking discrepancies m. Arresting Systems n. Airfield Driving Programs 3. Logistic Requirements a. Must have operator and maintenance technical data/manuals provided b. Vendor provided on-site training both in CONUS and OCONUS c. Vendor provided help desk/troubleshooting d. Provide software and hardware updates as required e. Long term sustainment and supportability is required f. Operator and maintenance training course is required g. Software is or will become Certified and Accredited by the AF in accordance with the Risk Management Frame Work 4. Delivery and Support a. Must be able to deliver fully operational software or system within 12 months of contract date b. Worldwide contract logistics support is highly desired c. Identify size, weight and power constraints including any unique requirements to support deployment and delivery 5. Procurement, Schedule and Cost a. Are systems meeting the capabilities delineated above currently fielded (Y/N?); if not, what is your estimated schedule to complete development and/or any modifications in order to deliver a fully operational system within 12 months of contract date b. Are there any initial costs associated with non-recurring engineering (NRE) required to meet system capabilities (Y/N?); if so, what is your estimated cost for the NRE c. What is your estimated unit production cost, production capacity, and delivery schedule in terms of when a system can be delivered after contract award date? d. Identify any contractual vehicles available for potential use by this Agency to procure systems; include contract number, period of performance and point of contact Submission Instructions •1. Request vendors provide potential software or system solutions which vendors believe fit the above goal criteria. •2. Please provide formal responses to the tasks listed below. Address your capabilities to accomplish the below tasks and provide highlights of successful past experience on similar government contracts within the past 5 years. •a. Describe your capability to develop, manufacture, deliver or produce these capabilities, including whether or not you have a current production line for the system. Description should include time to manufacture a system from order date to delivery. Description of capabilities may include your experience developing and fielding other related systems. •b. Describe your capability to develop and conduct an Airfield Inspection Management System operator and maintenance training course. Training may be conducted at both CONUS and OCONUS sites. •c. Describe other Airfield Inspection Management System capabilities your system provides that are not identified in this RFI. •d. List any existing US Government contracts where you provide similar services as outlined in the RFI. •e. If available, provide a demo disk of your systems capabilities with the RFI response. Please provide your response electronically on no more than twenty single-sided, single-spaced letter sized pages using 12-point, Times New Roman font, and minimum one-inch margins, in Microsoft® Word or compatible format. Responses to this RFI are requested by close of business on Friday, 16 March 2018. All responses shall be unclassified and reviewed to ensure consideration of operational sensitivities. All RFI responses and correspondence related to this matter should be e-mailed to: Questions concerning this RFI should be directed to Andrew Pankow via email (andrew.pankow@us.af.mil); Contracting Officer is Richard Williams via email (richard.williams.66@us.af.mil).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/75c61169519f6148abd7da826a0faf99)
 
Place of Performance
Address: Hanscom Air Force Base (AFB), MA 01731-2103, United States, Hanscom Air Force Base, Massachusetts, 01731, United States
Zip Code: 01731
 
Record
SN04821699-W 20180215/180213231704-75c61169519f6148abd7da826a0faf99 (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.