SOURCES SOUGHT
R -- Aviation Status Dashboard
- Notice Date
- 5/13/2020 9:08:26 AM
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- W7MX USPFO ACTIVITY CA ARNG SAN MIGUEL CA 93451-5000 USA
- ZIP Code
- 93451-5000
- Solicitation Number
- W912LA20Q0032
- Response Due
- 6/1/2020 10:00:00 AM
- Archive Date
- 06/16/2020
- Point of Contact
- Roger W. Chapin, Phone: 5627952539, Danny Toliver
- E-Mail Address
-
roger.w.chapin.civ@mail.mil, danny.r.toliver.civ@mail.mil
(roger.w.chapin.civ@mail.mil, danny.r.toliver.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOURCES SOUGHT ANNOUNCEMENT The California Army National Guard (CAARNG) is seeking sources for the procurement of brand name, commercial off the shelf, proprietary Aviation Status Dashboard, or equivalent,�for the three Aviation Support Facilities (AASFs) and one Aviation Support Activity (AAFA) with the state of California, which would encompass readiness data and workflows for many units. CONTRACTING OFFICE ADDRESS:� USPFO for California, 10620 Mather Blvd, Mather, CA 95655 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL.� IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.� RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.� NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT.� ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number: New Start; No Current Contract Contract Type: Firm Fixed Price (FFP) Incumbent and their size: N/A Method of Acquisition: brand name procurement Provide Brief description of the current program/effort: This effort is to procure brand name, commercial off the shelf, proprietary Aviation Status Dashboard, or equivalent. The web program is needed for filling an information gap and increase readiness through automation of currently manual processes. The software is used to provide the CAARNG a real-time/near-realtime view of flight operations, aircraft readiness, aircrew readiness, DSCA availability, aviation flight training periods (AFTPs), fiscal management and flight scheduling at each aviation facility, which are also available at a state level view.� The web application contains data connections to Aircraft Notebook (ACN) and parsing of CAFRS data to use source data, in line with data management best practices. ASD provides access to the data through the use of API�s for further use of the data in ad hoc queries. Required�Period of Performance (POP): The POP is�September 1, 2020 ��August 31, 2021.� List Place of Performance:� AASF#1 4612 Doolittle Ave., Los Alamitos, CA 90720, AASF#2 2000 Stimson Rd., Stockton, CA 95206, AASF#3 10616 Superfortress Ave., Mather, CA 95655, AAFA 5168 E Dakota Ave., Fresno, CA 93727 REQUIRED CAPABILITIES: The offeror must provide the requirement items in the separately attached document, providing the ASD web program with POP of�September 1, 2020 � August 31, 2021. This requirement upgrades the existing manual Army Aviation Support Facility, flight operations, aircraft readiness, aircrew readiness, DSCA reporting, AFTP, fiscal management, and flight scheduling processes and workflows. SPECIAL REQUIREMENTS:� None. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541611 with the corresponding sales size standard of $35 million.� This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code.� To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or� partnering to meet each of the requirements areas contained herein.� This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies.� You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications.� Responses must demonstrate the company�s ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14).� SUBMISSION DETAILS: Responses should include: Business name and address; Name of company representative and their business title; Type of Small Business; Cage Code; Contract vehicles that would be available to the Government for the procurement of the product and service, to include National Aeronautics and Space Administration Solutions for Enterprise-Wide Procurement ENCORE II, General Service Administration (GSA) Federal Supply Schedules, GSA MOBIS, NIH, or any other Government Agency contract vehicle.� (This information is for market research only and does not preclude your company from responding to this notice.) � Vendors who wish to respond to this should send responses via email by 1 PM Eastern on June 1, 2020 to roger.w.chapin.civ@mail.mil.� In the subject of email reply, the offeror must place the following: �SS reply�W912LA-20-Q-0032 - your company name�. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description and in the attached document, which outlines the requirement items of the Army.� � Proprietary information and trade secrets, if any, must be clearly marked on all materials.� All information received that is marked Proprietary will be handled accordingly.� Please be advised that all submissions become Government property and will not be returned.� All Government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423.� The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1f84cc734e914973afc76b5c9967288e/view)
- Place of Performance
- Address: Mather, CA 95655, USA
- Zip Code: 95655
- Country: USA
- Record
- SN05656790-F 20200515/200513230159 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |