Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 20, 2014 FBO #4591
SOURCES SOUGHT

D -- AFICA Logistics Integration and Weapon System / Logistics Network (LOGNET) Support - DRAFT PWS 13 Jun 14

Notice Date
6/18/2014
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 763rd SCONS, 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
 
ZIP Code
62225-5022
 
Solicitation Number
FA4452-15-R-0002
 
Point of Contact
Michael A. Mealiff, Phone: 618.256.9980, Richard P. Hill, Phone: 618.256.9962
 
E-Mail Address
michael.mealiff.1@us.af.mil, richard.hill.14@us.af.mil
(michael.mealiff.1@us.af.mil, richard.hill.14@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attached is the Draft PWS for this Acquisition SOURCES SOUGHT ANNOUNCEMENT The United States Air Force, The Department of the Air Force, 763rd Specialized Contracting Squadron (763 SCONS) is seeking sources for HQ AMC Directorate of Logistics (AMC/A4) CONTRACTING OFFICE ADDRESS: 763 SCONS 507 Symington Dr, Rm. 202 Scott AFB, IL 62225-5022 INTRODUCTION: This is a SOURCES SOUGHT 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. The 763rd SCONS is seeking information for potential sources for AMC/A4 Logistics Integration and Weapon System Support Logistics Network (LOGNET) support. This support is necessary for integration of all logistics systems, ensures existing and planned information systems are fully integrated with United States Transportation Command (USTRANSCOM), USAF and AMC IT systems and communication architectures needed to meet MAF Global Mobility planning, tracking, and execution requirements. LOGNET manages resources in support of the Global Reach mission of AMC through the inter-operation of its MAF Log C2 functions, sub-functions, and systems at staff and wings. The contractor ensures technical solutions for MAF comply with Department of Defense (DoD), USTRANSCOM, Air Force, AMC, and joint architecture and integration goals. This notice/synopsis is an announcement seeking market information on businesses capable of providing the services as described herein. AFICA 763d is currently conducting market research to determine qualified, experienced, and interested potential sources. The information requested by this notice/synopsis will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. Should a future requirement(s) evolve from this preliminary planning process, it is anticipated the period of performance will include a base year spanning 21 Sep 2015 to 20 Sep 2016 and four 12 month option periods. Award is anticipated by 26 Jun 2015. 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 HISTORY / PROGRAM BACKGROUND: GSA Alliant Task Order Number: GST0510BM0126 Contract Type: FFP Incumbent and their size: Lockheed Martin, Large Business Method of previous acquisition: Full and Open competition Currently, LOGNET requirement encompasses three separate interoperability roles: 1. support for IT infrastructure at Wing-level sortie generation through maintenance and enhancement of the electronic tools (eTools)/ Mobile Computing Devices (i.e., rugged and standard laptops, tablets and handheld devices, etcetera), and supporting systems that reside on these eTools; 2. support AMC/A4 staff's daily implementation and executions of information technology including conference IT capabilities; and 3. provide subject matter expertise for technology, policy, and system integration recommendations to include step-by-step demonstration of how each policy and IT infrastructure recommendation's implementation affects launching of aircraft or sortie generation. REQUIRED CAPABILITIES: The Government requires a contractor to provide all personnel, courseware, supervision, and other items and services necessary to perform LOGNET requirements. The contractor shall identify, research, plan, facilitate, analyze, develop, validate, test, manage, and recommend business processes and weapon system improvements in support of AMC global logistics efforts and coordinate solutions with Air Force Logistics, Installations & Mission Support (A4/7), Air Force Materiel Command (AFMC), USTRANSCOM, Component Commanders, and AMC system engineers and programmers. The intent of this Sources Sought is to assess the availability and technical capability of small businesses to meet this requirement. Additionally, the Government requests constructive comments from industry pertaining to the attached DRAFT Performance Work Statement (PWS). Table 1 below lists all of the main technical/task requirements of the Sources Sought Draft PWS. You must identify the percentage of the task that your company can accomplish and include supporting information which demonstrates your capabilities to meet that percentage. Supporting information shall not reiterate the language of the tasks provided in the Draft PWS, but rather, it shall provide details regarding your company's capabilities to execute these tasks. A cross-reference matrix is requested which links the Draft PWS task to the supporting information provided. Past performance information that is related to the tasks in the Draft PWS is requested if available. TABLE 1 - Percentage Of The Task That Your Company Can Accomplish PWS Task PWS Para Percentage Task Order Management 1.3.1 Program Management 1.3.2 - 1.3.2.3.1.13 Logistics IT Program Management 1.3.2.4 - 1.3.2.4.9 G081 PMO Financial Records Management 1.3.2.5 - 1.3.2.5.7 Command and Control (C2) Analysis Support 1.3.2.6 - 1.3.2.6.10 Program Management of A4 Applications/Systems Certification and Accreditation 1.3.3 - 1.3.3.1.4 AMC Aircraft Weapon System Technical Order Improvement and Modification Proposal Management 1.3.4 - 1.3.4.7 Technical Support Services 1.3.5 - 1.3.5.18 Global Command and Control System (GCSS) Workstation Area Security Officer (GWASO) and Service Desk Support for Secure Internet Protocol Router Network (SIPRNET) 1.3.7 - 1.3.7.10 Communication Security (COMSEC) Responsible Officer (CRO) Duties 1.3.8 - 1.3.8.2 IT Training Support 1.3.9 Executive Communication Maintenance and Support 1.3.10 - 1.3.10.1.3 Technical Support Services for Sortie Generation 1.3.11 - 1.3.11.3 Additional Technical Support Services for Sortie Generation 1.3.12 Programming Support 1.3.13 - 1.3.13.26.3 G081/MAF Log C2 management Support 1.3.14 - 1.3.14.8.8 G081 Software/Database Development and Management 1.3.15 - 1.3.15.9 SPECIAL REQUIREMENTS: Must have Secret clearance. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541990, All Other Professional, Scientific, and Technical Services,with the corresponding size standard of $14M. To assist 763 SCONS 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: 1) Business name and address; 2) Name of company representative and their business title; 3) Business Size and Type of Small Business (if applicable); 4) Cage Code; 5) DUNS Number; 6) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), 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/synopsis.) 7) Interested businesses should submit a brief capabilities statement package (no more than ten pages) demonstrating ability to perform the services listed in this Technical Description. Documentation should be in bullet format. Your E-mailed submission of your capability statement may also include any comments or questions you may have. Vendors who wish to respond to this Sources Sought notice/synopsis, please email Captain Michael Mealiff at michael.mealiff.1@us.af.mil and Mr. Richard Hill at richard.hill.14@us.af.mil. Interested parties should review the attached Draft PWS and reply no later than Friday, 18 Jul 2014, 4:00pm Central time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/FA4452-15-R-0002/listing.html)
 
Place of Performance
Address: HQ Air Mobility Command (AMC), AMC Directorate of Logistics, Scott AFB, Illinois, 62225, United States
Zip Code: 62225
 
Record
SN03399574-W 20140620/140619022448-c2dc1f96dd1d2f9a262b8d35f303eaaf (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 |
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.