SOLICITATION NOTICE
R -- Eagle Automated Information System (EAIS)
- Notice Date
- 2/1/2023 1:09:54 PM
- Notice Type
- Presolicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- FA8505 AFLCMC WWQKA ROBINS AFB GA 31098-1670 USA
- ZIP Code
- 31098-1670
- Solicitation Number
- FA850523R0001
- Response Due
- 2/22/2023 12:30:00 PM
- Point of Contact
- Ebony L. Walker-Simpson, Phone: 478-244-9597, William Grun, Phone: 478-335-5830
- E-Mail Address
-
Ebony.walker-simpson@us.af.mil, william.grun@us.af.mil
(Ebony.walker-simpson@us.af.mil, william.grun@us.af.mil)
- Description
- The F-15 System Program Office (SPO), AFLCMC/WAQ Fighter and Advanced Aircraft Directorate requires specialized software engineering services to support and maintain day-to-day fleet management, operations, availability and capability support. �The support is needed to develop, integrate and sustain the Eagle Automated Information Systems (EAIS) program applications. �EAIS will also provide effective software solutions to computer problems as it is hosted in Cyber/Cloud environment. �The result will also provide a web-based electronic management system to provide production tooling management, status and storage information and integrated and synchronized aircraft fleet inventory, modification management, configuration management, schedule management, Time Compliance Technical Orders (TCTO) compliance, certification and accreditation data across the F-15 community. �The main objective of these systems is to synchronize the myriad of stovepipe legacy system data sources in user-friendly applications that shall provide users with a one-stop shop for real-time fleet and tooling information. �Also, this contract is a vehicle of choice for a number of other platforms to include, but not limited to: F-16, C-130, B-1, C-5, A-10, Global Hawk. Additionally, this new requirement will allow the expansion of scope to include the A-10 platform, as well as other platforms (i.e F-22, T-6, & KC-135). The estimated value of this contract is $37.9 Million (M). The proposed contract will be a �D� type Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with a Period of Performance of 60 months (12 month Basic and (4) 12 month options).�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/06392e8c53af46cabbab1a77b30342cd/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06579039-F 20230203/230201230111 (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 |