SOURCES SOUGHT
R -- HQ AFMC/A4N Logistics, IT, & Enterprise Architecture Support
- Notice Date
- 10/22/2024 7:11:23 AM
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- FA8604 AFLCMC PZI WRIGHT PATTERSON AFB OH 45433-7228 USA
- ZIP Code
- 45433-7228
- Solicitation Number
- HQ-AFMC-A4N-Logisitics-IT-Enterprise-Architecture-Support
- Response Due
- 10/28/2024 9:00:00 AM
- Archive Date
- 11/12/2024
- Point of Contact
- Dominic McClung, Lauren Love-Edwards, Phone: (937) 656-7396
- E-Mail Address
-
dominic.mcclung@us.af.mil, Lauren.love-edwards@us.af.mil
(dominic.mcclung@us.af.mil, Lauren.love-edwards@us.af.mil)
- Description
- This is a Sources Sought Synopsis; there is no solicitation available at this time. Requests for solicitation will receive no response. This Sources Sought Synopsis is published for Market Research purposes only. This market survey is conducted to identify potential sources capable of meeting the requirements for providing Logistics, Information Technology (IT), and Enterprise Architecture support to the Headquarters (HQ) Air Force Material Command (AFMC) Systems Integration Division (A4N) at Wright Patterson AFB, OH. A proposed draft Performance Work Statement (PWS) and AFMC/A4N Capability Package are attached to provide respondents a better understanding of the AFMC/A4N Systems Integration Division and the respondent's potential ability to meet the Government's requirements. The Logistics IT support includes, but is not limited to, Local Governance Management, Document and Content Management, SharePoint, Agile Coach/Consultant, Technical Writer/Editor, Outreach and Communication, Metadata Management, Data Integration and Interoperability, Data Quality Management, Data Discovery and Interface Management, Data Modeling and Analytics, Data Warehousing and Business Intelligence, Reference and Master Data Management, Logistics Capability Initiatives, Data Architecture, Data Archiving, Logistics Enterprise Architecture, Logistics EA Requirements, IT Security and IT/Data Security, A4 CDO Enterprise and Integration Branch Liaison, Logistics IT Configuration an Sustainment, and Increased Capability and Emerging Requirements. This effort will provide the full spectrum of Logistics IT activities needed to support AFMC/A4N Systems Integration Division activities. This effort will require a current Secret Facility Clearance. The Air Force anticipates limiting this action to 8(a) certified small business concerns only. All respondents are required to certify that they currently meet the small business requirements under the North American Industry Classification System (NAICS) code 541519 - Other Computer Related Services, with a size standard below $34M average annual receipts over the last three years. Prospective sources must indicate both the size with respect to the above standard and their current 8(a) status. The Air Force anticipates one Firm Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract to be awarded. The Air Force anticipates the ordering period for the IDIQ contract to be five (5) years. All interested parties shall submit a capabilities package which explicitly demonstrates capabilities and expertise related to this effort. Foreign contractor participation at the prime level is not permitted. The capabilities package requirements are to be presented in accordance with the attachment entitled ""Capabilities package."" Your package should demonstrate capabilities, expertise and past performance relevant to the requirements cited above and in the PWS. Your Capabilities Package should not exceed 30 pages and should follow the format provide and include the following: Company Name; Address; Point of Contact; Telephone number; E-Mail Address; CAGE Code; Web Page URL; Certification of small business status; GSA Schedule 70 contract number and expiration. Limit responses to a total page limit of 30 pages. Each page shall be formatted for 8 1/2"" x 11"" paper. Pages shall be single-spaced and one-sided. The font shall be Times New Roman and no smaller than 10pt with at least a one-inch margin. Covers, tab dividers, title pages, glossaries, and table of contents are not required. Please submit one (1) copy in PDF format via email to Dominic.Mcclung@us.af.mil and Lauren.Love-Edwards@us.af.mil. The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. This synopsis does not constitute a Request for Quotation (RFQ), Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. The Government reserves the right to reject in whole or part any industry input as a result of this announcement. The Government recognizes that proprietary data may be a part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. If the Government decides to award a contract for this or related effort, a solicitation will be published and posted on the Government-wide Point of Entry (GPE) Sam.Gov website. This proposed Indefinite Quantity Indefinite Delivery (IDIQ) Contract is a follow-on effort to IDIQ FA8604-21-D-3000.�Additionally, this proposed IDIQ contract is currently anticipated to be a single-award IDIQ. If you have any questions, you may contact Dominic McClung at Dominic.McClung@us.af.mil or the Contracting Officer, Lauren Love-Edwards, Lauren.Love-Edwards@us.af.mil. See Attached: 1. Capabilities Package 2. Draft Performance Work Statement
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f0b08042bfc34871a44e950b32a9be0d/view)
- Place of Performance
- Address: Wright Patterson AFB, OH 45433, USA
- Zip Code: 45433
- Country: USA
- Zip Code: 45433
- Record
- SN07246799-F 20241024/241022230107 (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 |