Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 04, 2020 SAM #6701
SOURCES SOUGHT

99 -- Air Force Security Assistance and Cooperation (AFSAC) Directorate Data Scientist SME Support

Notice Date
4/2/2020 10:05:42 AM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
FA8630 AFLCMC WFG WRIGHT PATTERSON AFB OH 45433-5337 USA
 
ZIP Code
45433-5337
 
Solicitation Number
FA8630-AA-S-0003
 
Response Due
4/10/2020 2:00:00 PM
 
Archive Date
04/17/2020
 
Point of Contact
Kevin Bonifas, Phone: 937-656-1941
 
E-Mail Address
kevin.bonifas@us.af.mil
(kevin.bonifas@us.af.mil)
 
Description
REQUEST FOR INFORMATION (RFI) � � AIR FORCE LIFE CYCLE MANAGEMENT CENTER (AFLCMC) � � AIR FORCE SECURITY ASSISTANCE AND COOPERATION (AFSAC) DIRECTORATE � 1.0 Data Scientist SME SYNOPSIS: � This Request for Information (RFI) is being conducted by the Air Force Security Assistance and Cooperation (AFSAC) Directorate, at Wright-Patterson Air Force Base (WPAFB) Ohio as market research to identify contract holders that may possess the expertise, capabilities, and experience to meet AFSAC Data Scientist Subject Matter Expert (SME) Requirement. �� This RFI is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services.� Your response to this RFI will be treated as information only.� No entitlement for payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission responses to this announcement or use of such information.� This request does not constitute a solicitation for proposal or the authority to enter into negotiations to award a contract.� No funds have been authorized, appropriated or received for this effort.� The information provided may be used by the Air Force in developing its acquisition strategy and statement of work/statement of objectives and performance specifications.� Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response.� The Government does not intend to award a contract on the basis of the RFI or to otherwise pay for the information submitted in response to this RFI. � 2.0 BACKGROUND: �� The Air Force Security Assistance and Cooperation (AFSAC) Directorate in the Air Force Life Cycle Management Center delivers airpower capabilities to strengthen international partnerships and advance national security.� To support this mission AFSAC is pursuing to establish and expand the utilization of data visualization to provide greater insight into AF Foreign Military Sales (FMS) business and to support data driving decision making.� In October 2019 AFSAC initiated a proof-of-concept effort for the generation of data visualization dashboards created using Tableau with the focus on case development performance.� The AFSAC data visualization effort is being expanded beyond on the scope of the proof-of-concept to include other processes and aspects of the AF FMS business. Objectives of the next phase includes: the standardization of AFSAC data analytics while reducing touch time to build charts and automating data gathering from multiple sources; enabling all levels of management to see the AF portfolio and WIP with a click of the mouse; and provide a common site picture to all stakeholders through data driven dashboards. 3.0 DESCRIPTION: � The AFSAC Directorate is in need of data scientist support with technical expertise in Business Intelligence (BI) tools and programming languages (such as Python or R) to support data analytics, data visualizations, and predictive analysis. Currently AFSAC is utilizing Tableau Desktop, Prep Builder, and Reader for the generation, sustainment, and viewing of data visualization dashboards. � � The data scientist SME support would include working with the AFSAC personnel at WPAFB for requirements and data gathering/preparation, exploratory analysis, and the generation of new data visualization dashboards and sustainment/expansion of existing dashboards. �� 4.0 TECHNICAL CAPABILITIES PACKAGE:� Parties interested in responding to this Request for� Information must provide the following information and/or documentation that demonstrates technical capability in the critical areas listed below. �� The level of contractor�s interest.� Address potential teaming arrangement.� Company name and address.� Company business size for NAICS code��� Small Business Type (identify all eligible categories), if applicable� List any existing contract vehicles available.� Point of Contact for questions and/or clarification.� Telephone number, fax number, and email address.� What is the risk areas associated with this effort? How should they be mitigated?� North American Industry Classification Systems (NAICS) code.� The NAICS Code determined appropriate for this acquisition is 541519. If your company qualifies under this NAICS code, please address the following questions:� Experience data mapping, analytics, and visualization, highlighting all or any of the following skills and concepts? Understanding SQL (joins, unions, string & math functions, operators etc) Understanding of databases in general Geospatial (mapping) Ability to use predictive tools/routines� Experience using Tableau Prep Builder to aggregate and cleanse data from multiple data sources?� Experience using Tableau to build data visualization dashboards?� Experience using programming languages such as Python or R?� Experience or understanding of FMS processes, data, and FMS systems such as DSAMS, SAMIS, CMCS?� Earliest support can be provided?� Labor category, rates, and ROM to perform these functions and estimated labor hours necessary for one full time equivalents to support this continuing effort with preferred 3 years or more experience?� Interested parties should submit a response that is brief and concise, yet clearly demonstrates ability to meet the stated requirements with sufficiently qualified personnel.� The response should clearly present evidence that the interested party is fully capable of providing the required services and as such may contain any information that the interested party feels is relevant.� 5.0 DESIRABLE FEATURES: �� All prospective contractors must be registered in the System for Award Management (www.sam.gov) database to be awarded a DoD contract. Respondents are further requested to indicate their status as a foreign owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. �� 6.0 GENERAL REQUIREMENTS FOR ALL INTERESTED PARTIES: �� The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience and/or capabilities in all areas should be provided. Recent, relevant experience is defined as performance of the same or similar work within the past three (3) years. The response must not exceed 10 pages. �� Capability statements need to address fully the 7 critical areas identified above. � 7.0 SUBMITTAL INFORMATION: �� Questions concerning this requirement should be electronically submitted to Kevin Bonifas, via e-mail at Kevin.Bonifas@us.af.mil.� Responses to this RFI will also be submitted to Mr. Bonifas. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, or .xls documents are attached to your email. � Please respond by Friday, 10 April 2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/40f8f46bfddc4d1bbf3230f27e81c856/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN05609296-F 20200404/200402230214 (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.