Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 03, 2023 SAM #8041
SOURCES SOUGHT

99 -- ALMSS Sustainment RFI

Notice Date
12/1/2023 9:09:05 AM
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
FA8555 AFLCMC HBKA ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA8555-ALMSS
 
Response Due
12/15/2023 2:00:00 PM
 
Archive Date
12/30/2023
 
Point of Contact
Natasha Montano
 
E-Mail Address
natasha.montano.1@us.af.mil
(natasha.montano.1@us.af.mil)
 
Description
Amended: 1 December 2023 - added TDP attachment to posting.� Automated Logistics Maintenance Support System�(ALMSS) CAUTION: The Government is intending to sustain Automated Logistics Management Support System (ALMSS) organically. However, it is soliciting industry feedback to provide contract numbers that have sufficient scope to quickly award in case the organic transition is unsuccessful.� The Government is conducting market research to identify potential sources and/or contract vehicles that may already exist with sufficient scope for this work or ability to rapidly execute and award if necessary the expertise, capabilities, and experience to meet requirements to sustain and operationally support COBOL language, AS400 IBM based supply chain management system for Automated Logistics Management Support System (ALMSS) sustained by the Air Force Life Cycle Management Center (AFLCMC), Command, Control, Intelligence, Surveillance, and Reconnaissance (C2ISR) Division (HBG) at Robins Air Force Base (RAFB), Georgia. The level of security clearance is Unclassified for this effort. This effort will provide sustainment and operational support for ALMSS to include technical assistance to users, code debugging/development for system anomalies as it pertains to day-to-day operations.� Server management will also be required at base and building 350 locations to support daily, weekly, monthly, and annual reporting and prompt scheduled resolution to system outages. �FIAR and Cyber compliance will also be required as it pertains to ALMSS. �Responsible entity will also provide user training as needed to operate and administer ALMSS. The Government will provide GFE to operate, manage, and control for successful sustainment of ALMSS. The Government does own or have access to the data for these items. �The Government has determined that this system is not a commercial item. Contractor shall furnish all support equipment, tools, test equipment, and services to sustain ALMSS. This effort is currently a Sole Source contract to Leidos Inc.� Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards.� The government will not reimburse participants for any expenses associated with their participation in this survey. Request for Information or Solicitation for Planning Purposes (Oct 1997) (a) The Government does not intend to award a contract based on this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in Federal Acquisition Regulation (FAR) 31.205-18, Bid and proposal costs. (b) Although �proposal� and �offeror� are used in this Request for Information, your response will be treated as information only. �It shall not be used as a proposal. (c) This solicitation is issued for the purpose of market research in an attempt to overcome barriers to competition. INSTRUCTIONS: ALMSS CAPABILITY SURVEY Part I.� Business Information ����������� Please provide the following business information for your company/institution and for any teaming or joint venture partners: Company/Institute Name: Address: Point of Contact: CAGE Code: Phone Number: E-mail Address: Web Page URL: ����� Government Proposed North American Industry Classification System (NAICS) Code: 488190 ������ Based on the Government proposed NAICS Code, state whether your company is: Small Business����������������������������������������������� (Yes / No) Woman Owned Small Business�������������������� (Yes / No) Small Disadvantaged Business���������������������� (Yes / No) 8(a) Certified������������������������������������������������� (Yes / No) HUBZone Certified��������������������������������������� (Yes / No) Veteran Owned Small Business�������������������� (Yes / No) Service-Disabled Veteran Small Business���� (Yes / No) System for Award Management (SAM)� ����� (Yes / No) A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Responses to the Capability Survey Part I and Part II must be received no later than close of business (enter due date IAW instructions above).� Please ensure data is in a readable electronic format that can be received through a firewall. �Attachments shall not to exceed 10 MB per email. �Multiple emails are acceptable.� Responses must be sent via email to all of the following: Questions relative to this market research should be addressed to the PCO. Part II. Capability Survey Questions A. General Capability Questions: Briefly describe the capabilities and nature of the goods and/or services you provide.� Include a description of your staff composition and management structure. Describe your past experience on previous projects similar in complexity to this requirement.� Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). Describe your capabilities for generating, handling, processing, and storing classified material and data. Describe your company's capabilities and experience in generating technical data, engineering drawings, and operational manuals. Include associated upgrade of technical orders and preparation of new technical orders.� Identify what software programs are utilized to generate these data products and what formats are available for delivered items. What quality assurance processes and test qualification practices does your company employ?� Provide a description of your quality program (ISO 9001, AS9100, etc.). a. Provide a detailed quality plan implementing AS9100 (or equivalent). How will your organization address the absence of drawings, specifications, training data, test procedures, etc.? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. � Describe your capabilities and experience in hardware and software regarding the requirements of this effort. Describe your capabilities and experience in developing/modifying COBOL language-based systems. Describe your process for maintaining GFE inventory records. State any technology insertion ideas for the item that would be suitable for this effort. Attachments:� ALMSS RFI document TDP - Available upon request
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/22dc5069bc5f4c9ea551e0d9f04713e9/view)
 
Record
SN06900824-F 20231203/231201230051 (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.