Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 09, 2020 SAM #6675
SOURCES SOUGHT

99 -- Air Force (AF) and Air Force Sustainment Center (AFSC) LG Office services and analysis in support of the Readiness-Spares Packages (RSP) and Readiness-Based Sparing (RBS)

Notice Date
3/7/2020 5:31:25 AM
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
FA8100 AFSC PZIEC TINKER AFB OK 73145-9125 USA
 
ZIP Code
73145-9125
 
Solicitation Number
FA810020RBS
 
Response Due
3/13/2020 2:00:00 PM
 
Archive Date
03/28/2020
 
Point of Contact
Geoffrey Seay, Herbert Duncan
 
E-Mail Address
geoffrey.seay@us.af.mil, herbert.duncan@us.af.mil
(geoffrey.seay@us.af.mil, herbert.duncan@us.af.mil)
 
Description
REQUEST FOR INFORMATION AIR FORCE SUSTAINMENT CENTER READINESS-BASED SPARING (RBS) SUPPORT FOR AFSC/LGPM 6 March 2020 Description 1.1 The Air Force Sustainment Center (AFSC)/LGPM is seeking information on interested contractors in providing the Air Force (AF) and the Air Force Sustainment Center (AFSC) LG Office with services and analysis in support of the Readiness-Spares Packages (RSP) and Readiness-Based Sparing (RBS). Additionally, contemplated requirement includes providing supply chain data and analysis support which involves performing in-depth analysis that improves AF Supply Chain readiness and improvement to the management principles related to RSP and RBS. 1.2 This is a Request for Information (RFI), as defined in FAR 15.201(e).� THIS IS A REQUEST FOR INFORMATION ONLY.� This RFI is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.� This request for information does not commit the Government to contract for any supply or service whatsoever.� Further, the U.S. AIR FORCE (USAF) is not at this time seeking proposals and will not accept unsolicited proposals.� Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense.� Not responding to this RFI does not preclude participation in any future RFP, if any is issued.� 1.3� Background:� The AFSC/LGP� is responsible for centralized management of logistics decisions to ensure an enterprise-wide perspective.�� In order to fully exploit the potential of centralized management, AFSC requires contractor technical support to integrate the diverse tools and capabilities across the enterprise, develop specialized enterprise-level capabilities, monitor and manage supply chain systems and processes, re-engineer logistics from an enterprise perspective, and offer responsive analysis capabilities. 1.4 �Scope:� Aircraft Sustainability Model (ASM) is required for AF use by AFMAN 23-122_AFGM(dated 5 Sep 2018).� Contractor must have knowledge of the specialized algorithms applied within ASM and ASM's core computational engine as these specialized skills are required to maintain and enhance ASM as well as provide RBS analytical services. ASM is a RBS model. ASM is an essential piece of the Government's requirement, as it is the Air Force's standard system for calculating contingency spares and is a critical component of many of the other tasks in this acquisition. The current tool has had Air Force specific added functionality at the Air Force's request and expense. 1.5� The proposed North American Industry Classification (NAICS) Code is 541512 which has a corresponding Size Standard of $30,000,000.00. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all businesses to include Small Businesses, Small Disadvantaged Businesses 8(a)s, Service-Disabled Veteran-Owned Small Businesses, Hubzone Businesses, and Women-Owned Small Businesses. The Government requests that interested parties respond to this notice, if applicable, and identify your small business status to the identified NAICS code. Specific Information Requested All questions, comments, and responses must be submitted via email, no telephone calls. Specific information requested includes: Name of Company: _________________________________ Physical Address: _________________________________ _________________________________ _________________________________ Mailing Address: _________________________________ _________________________________ _________________________________ Point of Contact: _________________________________ (Name and Title) Phone Number: _________________________________ Email Address: _________________________________ Company Website: _________________________________ DUNS Number: _________________________________ CAGE Code: _________________________________ *Socio-Economic Size Status: ____ Large Business ____ Small Business (check all that apply) ____ Small Disadvantaged Business ____ Certified 8A Program Participant ____ Woman-Owned Small Business ____ HUBZone Small Business ____ Veteran-Owned Small Business ____ Service-Disabled Veteran-Owned Small Business ____ Ability One Provider Responses to the Following Questions are requested: 1. Briefly describe your approach, and, capability to satisfy all numbered sections within the attached draft Performance Work Statement (PWS). 2. Briefly explain your company�s knowledge to provide the services outlined in the attached draft PWS at Sections 3.1.1 and 3.2.1. 3.� Briefly explain your company�s current capability to obtain Personal Computer � Aircraft Sustainability Model (PC-ASM) licenses as referenced in draft PWS at Sections 3.2.1, 3.2.1.2.1, and 3.2.1.2.2. 4. What is your company�s experience in leading and managing teams operating CONUS and OCONUS? Other Information Please provide feedback on areas of interest related to the draft PWS requirements that are not covered in this RFI. 3.0 Responses 3.1 Responses shall be submitted via e-mail only.� The following email addresses will be used for submitting the responses: Site Email AFSC/PZIEC Tinker AFB herbert.duncan@us.af.mil AFSC/PZIEC Tinker AFB geoffrey.seay@us.af.mil � Please do not submit proprietary information. Please be advised that all submissions become Government property and will not be returned.� Contractor must be registered with Central Contractor Registration to be eligible for contact award or payment from any Department of Defense activity. The System for Award Management (SAM) is the Official U.S. Government system that consolidated the capabilities of CCR/FedReg, ORCA, and EPLS:� https://www.sam.gov/index.html/#1 There is NO fee to register for this site. If you had an active record in CCR, you have an active record in SAM. You do not need to do anything in SAM at this time, unless a change in your business circumstances requires updates to your Entity record(s) in order for you to be paid or to receive an award or you need to renew your Entity(s) prior to its expiration. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Responses are requested not later than 13 March 2020; those received later may not be considered.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/74c5edac4af74f1989ffe817f05d72c4/view)
 
Place of Performance
Address: Wright Patterson AFB, OH, USA
Country: USA
 
Record
SN05582463-F 20200309/200307230140 (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 |
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.