SOURCES SOUGHT
70 -- Launcher Database Management System (LDMS)
- Notice Date
- 7/24/2018
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
- ZIP Code
- 35898-5090
- Solicitation Number
- W31P4Q-18-R-0145
- Archive Date
- 9/8/2018
- Point of Contact
- Justin McDaniel,
- E-Mail Address
-
justin.l.mcdaniel10.civ@mail.mil
(justin.l.mcdaniel10.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Synopsis: The Army Contracting Command - Redstone, Redstone Arsenal, Alabama 35898 on behalf of the Precision Fires Rocket and Missile Systems (PFRMS) Project Office, Program Executive Office Missiles and Space, hereby issues the following Sources Sought/Request for Information (RFI) to ascertain the level of interest of potential vendors desiring to contract for a license for use of a standard logistics database that provides lifecycle tracking data in support of the Performance Based Logistics (PBL) Contract. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY - This RFI is released pursuant to FAR 15.201(e). It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested parties' expense. In the past, these requirements have been restricted to DataMill, LLC, PO Box 1711, Weatherford, TX 76086, CAGE Code 4UA41 under the basis of the statutory authority permitting other than full and open competition 10.U.S.C 2304(c)(1), as implemented by Federal Acquisition Regulation 8.405-6(b)(1), "Items Peculiar to One Manufacturer." However all responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. All offerors must meet prequalification requirements in order to be eligible for award. Requirement Statement: The Life Cycle Launcher Support (LCLS) team of the Precision Fires Rocket and Missile System (PFRMS) Logistics Division (LD) requires a standard logistics database that provides lifecycle tracking data in support of the Performance Based Logistics (PBL) Contract. PFRMS LD requires continuous visibility of high costs repairable spares as well as rapid and traceable shipments of serviceable spares to deployed units. LD also requires continuous visibility of return of unserviceable items for repair to ensure continued readiness of the overseas contingency operations deployed fleet as well as to support non deployed units. This database shall have the ability to interface with contractor field services representatives, and government personnel within the U.S. Army (Army) and U.S. Marine Corps (USMC), for lifecycle tracking data that enables timely, cost-effective modifications and repair for weapon systems. The database encompasses information management processes for all aspects of an operations system. In order to fulfill this requirement, a commercially available subscription tool is required. The tool must contain the following attributes: - Client/Server Architecture - Encompasses Standard Logistics - Stock Control and Distribution - Lifecycle Availability Analysis - Maintenance Data Collection - Calibration Status - System Status Reporting - Secure Web-Based Interfaces The license subscription shall be for one year from date of contract award, with four (4) option years. RFI Purpose and Limitations: The Government's intent is to better understand the current, state-of-the-art capabilities and strategies to determine the best solution. Industry feedback is vitally important and the Government will be receptive to any and all ideas. Proprietary information is neither solicited nor prohibited; however, if submitted, it should be appropriately marked. Please limit formal white paper submissions to no more than 10 pages, to include cover letter. In addition five attachments consisting of briefing slides, pre-printed commercial brochures or sales literature may be included. Any attachments should be limited to no more than 10 pages per attachment. All items must be in Microsoft Office 2003 (or later) format or Adobe PDF format and should be free of all computer viruses. The information provided may be used by the Army in developing its acquisition strategy and in its Statement of Work/Statement of Objectives or Performance Specifications. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of any potential offeror to monitor FedBizOpps for additional information pertaining to this requirement. Multiple awards may be pursued depending on industry response. All questions and industry responses shall be submitted electronically via email to Army Contracting Command-Redstone, Justin McDaniel, Contract Specialist, email address: justin.l.mcdaniel10.civ@mail.mil. Responses must be received no later than 24 August 2018 and must be in compliance with all applicable Army, DoD and Federal policies. All material submitted in response to this RFI must be unclassified and properly marked. Submissions will not be returned. Contracting Office Address: Army Contracting Command - Redstone CCAM-AL-H, Building 5303, Martin Road Redstone Arsenal, Alabama 35898 Place of Contract Performance: Army Contracting Command - Redstone CCAM-AL-H, Building 5303, Martin Road Redstone Arsenal AL 35898 United States
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/09bbaa36953bd64e393f9439990145a4)
- Place of Performance
- Address: Army Contracting Command - Redstone, CCAM-AL-H, Building 5303, Martin Road, Redstone Arsenal, Alabama, 35898, United States
- Zip Code: 35898
- Zip Code: 35898
- Record
- SN05003986-W 20180726/180724230746-09bbaa36953bd64e393f9439990145a4 (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 |