Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 13, 2024 SAM #8356
SPECIAL NOTICE

D -- Maintenance, Repair, and Overhaul (MRO) and MRO-Supply (MRO-S) Justification & Approval (J&A)

Notice Date
10/11/2024 4:26:32 AM
 
Notice Type
Special Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
FA8770 AFLCMC GBK WRIGHT PATTERSON AFB OH 45433-5769 USA
 
ZIP Code
45433-5769
 
Solicitation Number
MRO_MRO-S_25_J001
 
Response Due
10/25/2024 12:00:00 PM
 
Archive Date
11/09/2024
 
Point of Contact
Gene Eastman, Deshaun Dilworth
 
E-Mail Address
gene.eastman.2@us.af.mil, deshaun.dilworth@us.af.mil
(gene.eastman.2@us.af.mil, deshaun.dilworth@us.af.mil)
 
Description
Contract Opportunity Type:�Justification (Original) Authority:�FAR 6.302-1 - Only one responsible source (except brand name) The supplies and services required to meet agency needs include the configuration and integration of new and existing key Oracle E-Business Suite (EBS) Modules consisting of Complex Maintenance, Repair, and Overhaul (cMRO), Depot Repair, Federal Financials, Projects, Production Scheduling, and Inventory. Other supporting modules from Oracle EBS will be configured to create an integrated capability for planning, scheduling, executing organic depot maintenance, organic manufacturing, optimizing workload assignment, managing resource allocation, and enabling financial and managerial reporting. This acquisition will add MRO-Supply (MRO-S) activities to the current MRO system. MRO-S activities include: integration of wholesale/depot retail supply, system integration of maintenance initiatives, enabling the Department of the Air Force (DAF) in standing up an Enterprise Resource Planning (ERP) application to manage integrated depot maintenance and Air Force Working Capital Fund (AFWCF) financials, and lastly, standardize and consolidate antiquated legacy system-driven processes to promote an integrated and streamlined workforce that transforms depot operations. This effort will be a sole source contract under the authority of FAR 6.302-1. Only one responsible source and no other supplies or services will satisfy the agency requirements. Specifically, FAR 6.302-1(a)(2)(iii)(B) permits services to be �deemed to be available only from the original source in the case of follow-on contracts for the continued provision of highly specialized services when it is likely that award to any other source would result in either �unacceptable delays in fulfilling the agency's requirements' or substantial duplication of cost to the Government that is not expected to be recovered through competition.� This is a follow-on contract for the continued provision of highly specialized services, and award to any other source would result in both unacceptable delays in fulfilling the agency's mission and substantial duplication of costs not expected to be recovered through competition. This is not a request for competitive proposals and no solicitation is available. All interested sources must respond in writing with clear and convincing evidence to support their ability to provide timely and effective services within fifteen (15) days of this publication. A determination by the Government not to compete this action based on responses received is solely within the discretion of the Government. Col(S) Paul W. Tinker has been appointed as Ombudsman to hear concerns from offerors, or potential offerors, during the proposal development. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. Existence of the Ombudsman does not diminish the authority of the program director or the contracting officer. Accordingly, the Ombudsman does not participate in the preparation of solicitations, the evaluation of proposals or the source selection process and, therefore, for routine matters on individual solicitations, please contact the Contracting Officer at the e-mail listed herein. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. Should you desire to contact the Ombudsman, he can be reached at paul.tinker@us.af.mil. Any questions regarding this acquisition should be directed to Contracting Officer�Gene Eastman by e-mail at gene.eastman.2@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d43a923e5f494e6fb6ea5146fb8c48ec/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN07239079-F 20241013/241011230059 (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 |
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.