Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 21, 2014 FBO #4684
SOURCES SOUGHT

R -- Tinker Integrated Data for Maintenance (IDM) (4 Year) - Draft PWS and Market Research Questionnaire

Notice Date
9/19/2014
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker AFB - AFSC/PZIO, 7858 5th Street Ste 1, Tinker AFB, Oklahoma, 73145-9106, United States
 
ZIP Code
73145-9106
 
Solicitation Number
FA8100-15-R-XXXX
 
Archive Date
10/17/2014
 
Point of Contact
Joshua D. Huckeby, Phone: 1405-734-6250
 
E-Mail Address
joshua.huckeby.1@us.af.mil
(joshua.huckeby.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Market Research Questionnaire DRAFT Performance Work Statement (PWS) NOTICE: This is not a solicitation but rather a Request for Information (RFI) to determine potential sources for information and planning purposes only. The purpose of this RFI is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 541330, Engineering Services, Military and Aerospace Equipment and Military Weapons which has a corresponding size standard of $35.5M. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hub zone, and Women-Owned small business concerns. The Government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming arrangements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. DESCRIPTION SERVICES NON-PERSONAL: The Air Force is seeking potential Contractors who are interested in the responsibility of all labor, materials, travel, and all other incidentals to provide support for Government owned Tinker Integrated Data for Maintenance (IDM) organic technical order (TO) sustainment infrastructure. The contractor shall provide support services necessary to maintain and facilitate usage of the organic technical order sustainment infrastructure. Tinker IDM is a certified Air Force System which requires a highly specialized skill set to maintain compliance and work with other factions of the Air Force to continue full operation. Experienced contractor with in depth knowledge of Tinker IDM system to include Conenta, XML Professional Publisher (XPP), Part Number Database (PNDB), and Command Publishing system (CPS) is required. Current Tinker Programs utilizing Tinker IDM are ATCALS, B-1, B-52, E-3, E-3 FMS, KC-135, and KC-135 FMS. This requirement for Tinker IDM will be available to other Tinker Weapon Systems as required. Each System Program utilizing Tinker IDM has systems specific sustainment requirements. The individual systems that comprise Tinker IDM share resources and are responsible for a percentage of Tinker IDM System Support (based on page count, tools utilized and participation in services, such as Parts Number DataBase (PNDB), IDM Web and XPP publishing. This notification is a request for information to identify potential Contractors who have the appropriate skills, experience, data or data-rights, and knowledge required to successfully complete this effort for the aforementioned system program offices at Tinker Air Force Base, Oklahoma and does not constitute a commitment, implied or otherwise, that a procurement will be accomplished. This is not a request for proposal or invitation for bid. To be considered as a potential source for this requirement, a Contractor will be required to submit data in response to the future solicitation, verifying capabilities to meet the requirements on solicitation when/if issued. For this announcement, the Contractor is requested to respond to this RFI as identified in the "Responses" section of this RFI. Based on the "Notes" section of this RFI, it shall not be construed that the Government will consider any potential offeror as a qualified source from any response received as a result of this RFI. Location: Tinker AFB, OK Security: Common Access Card (CAC) eligible personnel only. See PWS Para. 1.53. Period of Performance is currently to be determined. Current expected total contract duration is one (1) Base period and three (3) Option periods of 12 months each. Below is the Contracting Officer's best estimate at this time. Base Year: 27 Dec 15 - 26 Dec 16 Option I: 27 Dec 16 - 26 Dec 17 Option II: 27 Dec 17 - 26 Dec 18 Option III: 27 Dec 18 - 26 Dec 19 BACKGROUND This is a follow-on requirement to current contract: FA8222-12-D-0011-BZ02. Department of Defense (DoD) initiatives and policies dictate all active TOs in the USAF inventory be converted and/or digitized to electronic formats. The goal of Tinker AFB's technical order platforms is to support the Air Force TO Concept of Operations (CONOPs) in providing user friendly technically accurate, and up-to-date digital technical data at the point of use that is acquired, sustained, distributed and available in digital format from a single point of access for all technical data users. Organic technical order sustainment shall support improvements in processes utilized for management of technical data, and enhance the usefulness of the data for the ultimate end-users. OBJECTIVE See attached DRAFT Performance Work Statement (PWS) for further description and full scope of effort, as it is currently known. At this time, the DRAFT PWS is expected to be as much as 85% complete. The final draft of the PWS, with all attachments mentioned therein, will be issued with the official Request for Proposal (RFP) document if this effort is solicited. RESPONSES Please note that the Government will not exclude any specific Contractor from competition on this requirement, unless a Contractor is automatically excluded as a result of a regulatory exclusion of certain type of Contractors (e.g. small business set-aside). Interested parties are requested to submit a completed Market Research Questionnaire. In addition to the Market Research Questionnaire, interested parties may also submit a capabilities statement containing capabilities of your organization pertinent to this effort. This is only a request for information, so please do not exceed 2 pages within a capabilities statement. Responses shall be no more than 5 pages (including Market Research Questionnaire). The Governments primary points of contact must be able to clearly identify the above information. INDUSTRY DAY An industry day for this effort is being considered, but there are no current plans at this time. In the event an industry day is planned for this effort, an amendment to this announcement will be posted. Please subscribe to this announcement, or continue to monitor FedBizOps for any further information released. NOTES This is not a request for proposal (RFP) or an invitation for bid, nor is it to be construed as a commitment by the Government. The Government does not intend to make an award on the basis of this Request for Information (RFI) or otherwise pay for the information solicited herein. Copies of the submitted information will be reproduced and review may be used to develop a request for proposal. Only non-classified information shall be provided in your response, and your response should be reviewed to assure that there are not any operational security (OPSEC) concerns contained therein. Contract performance may also involve data that is subject to export control laws and regulations. Only Contractors who are registered and certified with the Defense Logistics Services Center, and have an approved DD Form 2345 will be provided copies of any related technical information (mailed on a compact disc/DVD) that will be used as part of the solicitation process or other data subject to foreign disclosure restrictions. It is anticipated this requirement will be a Small Business Set-Aside. It is anticipated that the solicitation will be for a four(4)-year Indefinite Delivery Indefinite Quantity (IDIQ) contract with Cost-Plus-Fixed-Fee (CPFF), Firm-Fixed Price (FFP), and Cost-Reimbursable (CR) Contract Line Item Numbers (CLIN). Registration in System for Award Management (SAM) is required to receive a contract award. Contractors can register electronically at http://www.sam.gov. Electronic procedures may be used for this requirement. For further information concerning this requirement, the point of contact for this notice is Cynthia M. Woods via e-mail at: cynthia.woods@us.af.mil. Subject of e-mail should be, "FBO Notice: Tinker Integrated Data for Maintenance (IDM)".
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCBC/FA8100-15-R-XXXX/listing.html)
 
Place of Performance
Address: 3001 Staff Drive, Tinker Air Force Base, Oklahoma, 73145, United States
Zip Code: 73145
 
Record
SN03520104-W 20140921/140919235335-316197976c8721a18a8084982be79410 (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.