Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2007 FBO #1899
SOURCES SOUGHT

D -- Air Force Contract Depot Maintenance (CDM)

Notice Date
2/5/2007
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Bldg 16, 2275 D Street WPAFB OH
 
ZIP Code
00000
 
Solicitation Number
FA8604-07-R-7013
 
Response Due
2/12/2007
 
Archive Date
2/27/2007
 
Small Business Set-Aside
8a Competitive
 
Description
Air Force Contract Depot Maintenance (CDM) Information Technology Support SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) This is a Sources Sought Synopsis. There is no solicitation available at this time. This Sources Sought Synopsis is published for Market Research purposes only. This market survey is conducted to identify potential 8(a) sources, capable of meeting the requirements for providing the Air Force with CDM IT support at Wright-Patterson AFB, OH. A proposed draft Performance Work Statement is attached to provide respondents a better understanding of the needs of CDM program and the Commercial Asset Visibility (CAV II) system requirements. Firms responding to this announcement should indicate their size, particularly they should be a small business with 8(a) certification, and should also indicate the expiration date for 8(a) certification. The North American Industry Classification System (NAICS) code 541519 applies to this acquisition with a size standard of $23,000,000.00. The AF is requesting that respondents propose a Federal Supply Schedule (7010), in accordance with Federal Acquisition Regulation (FAR) 8.4 for this requirement. Respondents must propose the schedule that they feel is appropriate for this acquisition. The AF anticipates that the task order will be for 1 year with 2 option years. All interested parties shall submit a capabilities package that explicitly demonstrates capabilities and expertise related to this effort. If you are Section 8(a) and considering a joint venture, you will need to provide proof that your consideration has been forwarded to the cognizant SBA office for approval. The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. This synopsis does not constitute a Request for Quotation (RFQ), Request for Proposal (RFP), or an Invitation for Bid (IFB), nor does this issuance restrict the Government?s acquisition approach. The Government reserves the right to reject in whole or in part any industry input as a result of this announcement. The Government recognizes that proprietary data may be a part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. If the Government decides to award a contract for this or related effort, a combined synopsis/solicitation will be published. DATE DUE: Packages must be received in the buying office not later than 12:00 EST, 12 February 2007. All questions shall be submitted in writing to: Alok Khare, Contracting Officer alok.khare@wpafb.af.mil ASC/PKWIE 2275 D Street, Building 16, Room 128 Wright Patterson AFB OH 45433 (937) 656-7396 REQUEST FOR CABILITY PACKAGE: Request your firm submit information as to its capability to perform the tasks set forth in the attached Draft Performance Work Statement (PWS). PACKAGE REQUIREMENTS: 1. Please provide the following information from your firm: a. Company name b. Address c. Phone number d. Fax number e. E-mail f. Point of contact information g. Existing GSA schedules. h. Indicate your business type (ie. 8(a) business). 2. The AF has automated processes that have been operating consistently for more than five years. These processes are time critical and the AF cannot encounter any disruption of service or discontinuation of experience. Respondents are requested to provide a brief description of their team?s capability and approach to accomplishing the Draft PWS tasks. Address briefly how you/your team will perform this work. Please address in the order listed below: Three years experience as an Oracle DBA or developer within the past six years using version 9i or newer and Sybase EAServer Advanced Edition. Two years experience with Sybase development or administration within the last six years. Experience with Visual Basic, ADO, Microsoft Visual Studio, ASP, Javascript, XML, DISCOVER, TOAD and Oracle PL/SQL, to include stored procedures and UDFs; ASP .NET and C#. Awareness of the DoD concept of contract depot maintenance operations. Previous experience with Commercial Asset Visibility (CAV II) is a plus. Understanding of the Standard Base Supply System (SBSS) Mainframe Database Management. Demonstrated capability to analyze data from multiple sources and formats, identify potential issues in a proactive manner, develop efficient data architectures to support internal and external data calls, make recommendations to the PM regarding data efficiencies, and develop new features/enhancements to adapt to the changing requirements of the CDM program. Knowledge of the Air Force organizational structure, operations, and applications; demonstrated capability to be a liaison to other Defense agencies; prior experience providing training and internal help desk resources to Government personnel. Prior experience interfacing and integrating data with other Defense agencies, especially the Air Force. Demonstrated experience in developing, hosting, and maintaining Internet applications on Microsoft Windows 2003 Enterprise, Veritas Backup Exec, Windows IIS, Symantec Antivirus, and Cisco Pix Firewall. Troubleshooting; MS index server capabilities; server hardware configuration setup and support; application and network security hardening and monitoring. The Air Force will supply computer servers as GFE. Three to five years of experience with MCSE 2003 and CCNA or equivalent. Limit responses to a total page limit of 25 pages. Each page shall be formatted for 8 ?? x 11? paper. Pages shall be single-spaced and one-sided. The font shall be Times New Roman and no smaller than 10pt with at least a one-inch margin. Covers, tab dividers, title pages, glossaries, and table of contents are not required. Please submit your responses electronically in a Microsoft Word compatible file. 3. Address your approach to initial staffing, provide information if you have people already on the staff etc. No need to provide resumes at this time. 4. Provide no more than five contract history matrices for any contract relevant to this effort. (include information ONLY for work within the last three years For all current or past contracts deemed relevant, provide the information in the following paragraphs: (1) Administrative Data: (a) Company/Division Name (b) Program Title (c) Contracting Agency (d) Contract Number (e) A brief description of the contract effort, indicating whether it was development and/or production (f) Type of Contract (g) Period of Performance (h) Original Contract $ Value and Current Contract & Value (i) Original Completion Data and Current Completion Date (j) Name, address and telephone number of Government Program Director/Manager, Administrative Contracting Officer (ACO) And Procuring Contracting Officer (PCO). There is no page limit for this requirement. 5. Organizational Conflict of Interest (OCI): Provide your approach to organization conflict of interest (OCI) avoidance, non-disclosure of information and protecting intellectual property and business interests of prime contractors and small businesses. An OCI mitigation plan should be included. This plan does not count towards the page limit. If a Request for Proposal (RFP) materializes from this Sources Sought, the government intends on including the following clauses in this requirement, AFMC FARS 5352.209-9002 Organizational Conflict of Interest. (AFMC) (Aug 2002) AFMC FARS 5352.209-9002 Organizational Conflict of Interest. Alternate II (AFMC) (Aug 2002) AFMC FARS 5352.209-9002 Organizational Conflict of Interest. Alternate III (AFMC) (Aug 2002) The full text of the above clauses may be accessed electronically at http://farsite.hill.af.mil/ Attachment: Draft PWS For more information on "Air Force Contract Depot Maintenance (CDM)", please refer to: https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5140
 
Web Link
Air Force Contract Depot Maintenance (CDM)
(https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5140)
 
Place of Performance
Address: HQ AFMC/A4N
Zip Code: 45433
Country: USA
 
Record
SN01225851-W 20070207/070205222520 (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.