Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2017 FBO #5657
MODIFICATION

R -- Diminishing Manufacturing Sources and Material Shortages Tool

Notice Date
5/18/2017
 
Notice Type
Modification/Amendment
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
 
ZIP Code
73145-3015
 
Solicitation Number
FA8109-17-R-0001
 
Archive Date
5/17/2018
 
Point of Contact
Linda W. Murphy, Phone: (405) 739-2765
 
E-Mail Address
linda.murphy.2@us.af.mil
(linda.murphy.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Diminishing Manufacturing Sources and Material Shortages Tool Presolicitation Notice Solicitation Number FA8109-17-R-0001 Department of the Air Force Agency/Office:Air Force Materiel Command Location:PK/PZ Tinker AFB, OK Contracting Office Zip Code. 73145 PSC: R499 NAICS: 518210 Data Processing, Hosting, and Related Services Closing Response date: 05 July 2017 3:00pm Central Standard Time Line Items: LINE ITEM - Loading of New Line Item Data Line Item Description: Perform the requirements of identifying, mining, and/or loading weapon system's technical data managed by Hill AFB, Robins AFB, and Tinker AFB in accordance with the PWS and all of its attachments. At the time of award, the contractor shall provide training for approximately 1,000 AF personnel and AF contractors. Throughout the year, the contractor shall provide training to approximately 300 new AF personnel and AF contractors on contract to support obsolescence management. Quantity: Best Estimated / Maximum Basic Year: 600,000 / 750,000 each Option 1: 600,000 / 750,000 each Option 2: 600,000 / 750,000 each Option to Extend up to six additional months: 300,000 / 325,000 each LINE ITEM - Updating Line Item Data Line Item Description: Line item updates are required as formal source document revisions are released. All data loaded into the Tool shall be maintained at the current source document revision level. Quantity: Best Estimated / Maximum Basic Year: 600,000 / 700,000 each Option 1: 600,000 / 700,000 each Option 2: 600,000 / 700,000 each Option to Extend up to six additional months: 300,000 / 300,000 each LINE ITEM - Travel Line Item Description: The contractor shall obtain approval from the Government COR five (5) working days in advance before traveling. As part of the monthly report, upon completion of any travel, the contractor representative shall submit a trip report. The contractor is responsible for making all necessary travel arrangements. Quantity: (Hill AFB, UT) Best Estimated / Maximum Basic Year: 2 / 3 each Option 1: 2 / 3 each Option 2: 2 / 3 each Option to Extend up to six months: 0 / 0 each Quantity: (Robins AFB, GA) Best Estimated / Maximum Basic Year: 2 / 3 each Option 1: 2 / 3 each Option 2: 2 / 3 each Option to Extend up to six months: 0 / 0 each Quantity: (Tinker AFB, OK) Best Estimated / Maximum Basic Year: 4 / 5 each Option 1: 4 / 5 each Option 2: 4 / 5 each Option to Extend up to six months: 1 / 2 each LINE ITEM - Data (CDRL/DID Reporting, Not Separately Priced) Line Item Description: Reports related to Conference Agenda, Conference Minutes, Contractor Progress and Status, Contract Summary, and DoD Architecture Framework Documentation Quantity: Best Estimated / Maximum Basic Year: 1 / 1 Lot Option 1: 1 / 1 Lot Option 2: 1 / 1 Lot Option to Extend up to six months: 1 / 1 Lot LINE ITEM - Data (Appendix B of PWS - CDRL/DID, Not Separately Priced) Line Item Description: A copy of all APPENDIX B data (Source Data for Forecasting DMSMS) shall be delivered to the Government in a flat file format easily transferrable and usable by the Government without any reverse engineering effort. The Government shall own and have unlimited rights to all the data listed in APPENDIX B during and at the end of the contract. Quantity: Best Estimated / Maximum Basic Year: 1 / 1 Lot Option 1: 1 / 1 Lot Option 2: 1 / 1 Lot Option to Extend up to six months: 1 / 1 Lot LINE ITEM - Data Transfer - Appendix B Flat File provided by the Government Line Item Description: Contractor shall import all Air Force owned indentured parts data (provided to awardee by the government) into their Tool, and restructure and relink as required by this PWS. In addition to the Government owned part attribute data, the contractor shall populate the same approximate 26.5 million line items with the contractor supplied part attribute data listed in APPENDIX C of the PWS. Quantity: Best Estimated / Maximum Base Year: 1 / 1 Lot (Option Years not applicable). Description: The purpose of this effort is to provide Diminishing Manufacturing Sources and Material Shortages (DMSMS) support for all Air Force (AF) users located at Hill AFB, Tinker AFB, and Robins AFB hereafter to be called Air Force Sustainment Center (AFSC) to proactively reduce mission capability impacts. This effort also supports users outside the AFSC. The AF users must be able to status parts across multiple weapon system platforms which require linking of the data in order to run necessary queries and reports from a single access point. This effort will help assure all required parts and materials to support AFSC managed weapon systems are available within acceptable production lead times. In addition, the effort will reduce the overall cost of ownership of the weapon systems by, (1) facilitating economical DMSMS resolution costs, (2) reducing the number of reactive solutions, (3) minimizing any delays in organic depot-level repair as well as Contractor repair, and (4) improving system availability. This requirement is considered Sustainment and does not allow for development or modernization of a contractor's IT capability. This requirement does not allow for the Government purchase of software modifications or software enhancements. This requirement does not allow for the Government purchase of computer hardware. After submission of contractor's proposal, the contractor will be contacted by the procuring contracting officer to schedule a Live Demonstration of contractor's DMSMS Tool capability in accordance with Sections L and M of the Solicitation, at Tinker Air Force Base, Oklahoma. Written response is required. Anticipated Award Date: On or before 12 Dec 17. Duration of Contract Period: 3 Years (one one-year basic with two one-year options) plus option to extend up to an additional six months, in accordance with 52.217-8, Indefinite Delivery, Indefinite Quantity (IDIQ) contract. Pursuant to FAR 16.504(a) (2) the government shall order a minimum of $500,000.00 from a mix of any Contract Line Items (CLINs) on the base year. The established CLINs reveal a Best Estimated Quantity (BEQ) for which the Government predicts the annual requirement. Pursuant to FAR 16.504(a) (1), the established CLINs also reveal the maximum quantities the Government shall order.. Failure of the Government to order quantities described in the Schedule as "estimated" or "maximum" will not entitle the contractor to any equitable adjustment in price under the contract. Electronic procedures are approved for this acquisition. All referenced documents for this solicitation will be available on the Federal Business Opportunities (FedBizOpps) web site at https://www.fbo.gov. The Request for Proposal (RFP) Sample Data Set, referenced as Attachment 2 of the RFP, requires offerors to request (Explicit Access Request in FedBizOpps) permission to access the Sample Data Set information in FedBizOpps web site at https://www.fbo.gov. In addition, offeror's NAICS as reflected in System for Award Management website (www.sam.gov) is a NAICS related to the subject acquisition and offerors will have an active, approved DD 2345 on file with the Joint Certification Program, prior to request access to the data set in FedBizOpps. Service or Supply: Service Contract Application: Multiple weapon systems. Destination: Multiple per PWS. Qualification Requirements: None. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. Export Control: Yes. Export Controlled Data: This acquisition involves technology that has a military or space application. The only US contractors who may participate are those that are certified and registered with the Defense Logistics Information Service (DLIS) (1-800-352-3572) and have a legitimate business purpose. US contractors shall submit a copy of their current, approved DD Form 2345 with their request for solicitation. The form, including instructions for completing the form, is available at http://www.dtic.mil/whs/directives/forms/eforms/dd2345.pdf. The extent of foreign participation has not yet been determined. MOU country sources shall contact the Contracting Officer within 15 calendar days of the date of this synopsis notice to receive a copy of the solicitation at the time it is initially issued. Issuance of the RFP will not be delayed to review requests from MOU country sources received after 15 days or from non-MOU country sources. Nothing in this notice contradicts other restrictions, identified in the synopsis notice or solicitation, regarding eligible sources (e.g., if this is a small-business set-aside, foreign sources may not participate as potential prime contractors but could, if otherwise eligible, participate as subcontractors). NOTE: Respondent is requested to specify in its response whether it is a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone small business, veteran-owned small business or service-disabled veteran-owned small business. NOTE:Respondent is requested to specify in its response whether it is a U.S. or foreign-owned firm. NOTE: PWS Appendix C data is contractor supplied data - the Government does not have the Appendix C data of the PWS, which is required in the performance of the contract, Certification and Accreditation (C&A) with an Authority to Operate (ATO) requirement: At a minimum, the contractor's ATO must include Mission Assurance Category "3" with a Confidentiality Level of "Sensitive". After contractor's proposal submission, upon request of the contracting officer, the offeror has three business days to provide proof of current C&A with an ATO to the government. If not provided by the offeror by the third business day after the request, the government will exclude such offeror(s) and proceed with the next qualified offeror(s) who can provide a current C&A with an ATO. Mandatory Language: One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at 405-736-3273. Set-aside Status. No Small Business Set Aside. Primary Point of Contact: Linda Murphy Linda.Murphy.2@us.af.mil Phone: (405) 739-2765 Contracting Office Address. AFSC/PZAAC, 3001 Staff Drive 1AC198C, Tinker AFB, OK 73145 Electronic procedure will be used for this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8109-17-R-0001/listing.html)
 
Place of Performance
Address: Multiple per Performance Work Statement, United States
 
Record
SN04514579-W 20170520/170519000523-521eab60cf63d48b56f51e532a68769d (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  © 1994-2020, Loren Data Corp.