Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2008 FBO #2306
SOURCES SOUGHT

A -- HQ AFMC/A4Y Readiness Based Sparing Programs

Notice Date
3/18/2008
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
ASC/PKW Bldg 16, Rm 128 2275 D Street Wright Patterson AFB OH
 
ZIP Code
00000
 
Solicitation Number
FA8604-08-R-7022
 
Response Due
4/4/2008
 
Archive Date
5/2/2008
 
Point of Contact
Ashley Kyne, 937-656-7424
 
E-Mail Address
Email your questions to Ashley.Kyne@wpafb.af.mil;Alok.Khare@wpafb.af.mil
(Ashley.Kyne@wpafb.af.mil;Alok.Khare@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
HQ AFMC/A4Y Readiness Based Sparing Programs PURPOSE: Sources Sought for Market Research ? A solicitation has not been issued for this requirement. Any information submitted by respondents to this sources sought synopsis is voluntary. The Air Force does not intend to award a contract/order on the basis of this sources sought synopsis or otherwise pay for the information solicited. Respondents should not construe this synopsis as a commitment by the Air Force for any purpose. NAICS CODE: 541512 Size Standard: $23,000,000 Note: This NAICS Code is subject to change if necessitated by the responses to this Sources Sought. BACKGROUND AND PURPOSE OF REQUIREMENT: The Directorate of Logistics and Sustainment, Headquarters Air Force Materiel Command (HQ AFMC/A4), located at Wright-Patterson Air Force Base (WPAFB), OH is seeking a source to provide technical support services to operate, monitor, and enhance Air Force logistics systems and logistics processes. Tasks will be performed with an understanding of Readiness Based Sparing concepts as they have been applied to Air Force logistics systems and processes. Tasks will be performed with an understanding of how these concepts could be applied to increase weapons system availability. Tasks will be performed with a clear understanding of the relationships between Air Force logistics systems and processes and how the computation results of each can impact weapon system availability. One hundred percent capability to provide support is required starting on day one of the contract service period. The skill set required to support these tasks is; an expert knowledge of the affected systems and processes, an expert working knowledge of the system computation models, expert knowledge in applying Readiness Based Sparing concepts in Air Force Logistics modeling, and expert knowledge of the impact of these systems and processes on the AF mission. One predominately Time & Materials (T&M) task order, consisting of a one (1) year base period and four (4) one-year option periods, will be placed against the GSA Schedule 70 contract of the contractor that offers the best value to the Air Force. The Air Force reserves the right to consider a small business set-aside based upon responses hereto. This task order will be incrementally funded, in accordance with FAR 52.232-22, Limitation of Funds. DATE DUE: Packages may be electronically mailed and received in the buying office not later than Noon (Eastern Standard Time) 04 April 2008. All questions shall be submitted electronically to Ashley Kyne, Contract Negotiator, with a courtesy copy to Alok Khare, Contracting Officer. Contract Negotiator Contracting Officer Ashley Kyne Alok Khare ASC/PKWIE ASC/PKWIE 2275 D Street, Bldg 16, Rm 128 2275 D Street, Bldg 16, Rm 128 Wright Patterson AFB OH 45433 Wright Patterson AFB OH 45433 Phone: 937-656-7424 Phone: 937-656-7396 Ashley.Kyne@wpafb.af.mil Alok.Khare@wpafb.af.mil REQUEST FOR CAPABILITY PACKAGE: Request your firm submit information as to its capability to perform the tasks set forth in the attached Draft Performance Work Statement (PWS). If, after reviewing this document, you desire to participate in the market research/sources sought, you should provide documentation that supports your company?s capability in meeting these requirements. Failure to provide documentation may result in the government being unable to gain adequate insight of your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) PACKAGE REQUIREMENTS: 1. Please provide the following information for your firm: a. Company name b. Address c. Phone number d. Fax number e. E-mail f. Point of contact information g. Please indicate whether you are a small business, small disadvantaged business, HUBZone business, Woman Owned Small Business, or a Service disabled Veteran-owned Small Business. Please also indicate if the firm is foreign-owned. Foreign contractor participation is not permitted. 2. Please address the following. This information will aid us in assessment of your capability to accomplish the tasks of the draft PWS: a. Reference PWS paragraph 1.1.1 and 1.1.2 Describe the relationship between the three systems, identify technical inconsistencies between the systems, and propose resolutions for these inconsistencies. b. Reference PWS paragraph 1.1.2 Highlight two or three current RBL computation issues and propose technical resolutions to these issues. c. Reference PWS paragraph 1.1.3 and 1.1.4. Briefly describe the differences between the Air Force's implementation of ASM for requirements computation and for capability assessment. d. Reference PWS paragraph 1.1.5. Identify an example of readiness computation modeling in AF or DOD systems that might be effectively applied in the COLT computation model. e. Reference PWS paragraph 1.1.7. Explain how D200A and ABCS data is applied in accomplishment of this task. f. Reference PWS paragraph 1.1.8 What analysis and other required support would you provide to the Air Force in synchronizing customer and supplier views of the spares requirement 3. Address your approach to meeting security requirements including obtaining Secret clearances for your facility and personnel. 4. Provide contract history matrices for any contracts relevant to this effort. (Include information ONLY for work within the last three years). This matrix does not count towards the page limit. The matrix shall contain the following: a. The title of service provided b. Contract Number c. Customer d. Customer Phone and e-mail address e. Period of Performance f. Approximate dollar value for all relevant contracts g. Description of service performed 5. Responses shall limited to a total of 15 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 to the Contract Negotiator and Contracting Officer. 6. Ms. Karen Emery, ASC/CS, Phone: 937-255-6356, Email: Karen.Emery@wpafb.af.mil has been appointed as Ombudsman. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements and recommendations to the appropriate government personnel. The Ombudsman does not participate in the preparation of solicitations, evaluation of proposals or source selection process and does not diminish the authority of the contracting officer. Any questions or concerns about this sources sought synopsis should be first directed to the buyer at the email address or phone number listed above. Attachment: Draft PWS For more information on "HQ AFMC/A4Y Readiness Based Sparing Programs", please refer to: https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5564
 
Web Link
HQ AFMC/A4Y Readiness Based Sparing Programs
(https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5564)
 
Record
SN01535172-W 20080320/080318224025 (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.