MODIFICATION
R -- Depot Maintenance Accounting and Production System Integration Engine (DMAPS-IE) IT/Systems Sustainment
- Notice Date
- 9/1/2009
- Notice Type
- Modification/Amendment
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- 2275 D Street, Bldg 16, Room 128 WPAFB OH
- ZIP Code
- 00000
- Solicitation Number
- FA8604-09-R-7024
- Response Due
- 9/10/2009
- Archive Date
- 9/30/2009
- Point of Contact
- Amanda Leimbach, 937-656-7424
- E-Mail Address
-
amanda.leimbach@wpafb.af.mil;
(amanda.leimbach@wpafb.af.mil;)
- Small Business Set-Aside
- N/A
- 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 Information Technology/Systems support for the Depot Maintenance Accounting and Production System Integration Engine (DMAPS-IE). A proposed draft Performance Work Statement and Services Capability Package are attached to provide respondents a better understanding of the needs of the Headquarters Air Force Materiel Command (AFMC) Logistics Integration Division (HQ AFMC/A4N) and the respondent's potential ability to meet the Government's requirements. 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, 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. If the Government decides to award a contract for this or related effort, a solicitation will be published and posted on the PIXS website. No set aside decision has been made; however, the Air Force is contemplating setting this acquisition aside for Small Businesses if there is sufficient demonstrated interest and capability. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting). The clause reads, in part, as follows: "Limitations on Subcontracting (Dec 1996). (b) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for - (1) Services (except construction). At least 50 percent of the cost of contract Performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a nonmanufacturer of such supplies). The concern shall perform work for at least! 50 percent of the cost of manufacturing the supplies, not including the cost of materials. Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. AFMCFARS clause 5352.219-9001, "Use of Joint Ventures in Meeting the Limitations on Subcontracting Requirement (Nov 2007)" is planned for inclusion in this solicitation. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. **Please acknowledge you have read this amendment in your response.** For more information on "Depot Maintenance Accounting and Production System Integration Engine (DMAPS-IE) IT/Systems Sustainment", please refer to:https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=6251
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-09-R-7024/listing.html)
- Record
- SN01936559-W 20090903/090902010757-64c6bf2cc7a7d1dc9fc273d03f6d3876 (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 |