Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2011 FBO #3519
SOURCES SOUGHT

D -- Integrated Logistics Database System (ILDS)

Notice Date
7/12/2011
 
Notice Type
Sources Sought
 
NAICS
519190 — All Other Information Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
 
ZIP Code
84056
 
Solicitation Number
FA821711R071111
 
Point of Contact
Anthony Monsivais, Phone: 801-777-1440, Jody L Lindley, Phone: 801- 586-9128
 
E-Mail Address
anthony.monsivais@hill.af.mil, jody.lindley@hill.af.mil
(anthony.monsivais@hill.af.mil, jody.lindley@hill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
A. Description of services This Sources Sought Synopsis constitutes a Request for Information to assist the United States Air Force (USAF) in Market Research of Industry to identify potential sources that may meet service requirements of Integrated Logistics Database System (ILDS). Services will include: • Provide general maintenance support of the existing ILDS/Weapon System Management Tool. • Maintain the current Control and Reporting Center (CRC) configuration baselines. • Continue to routinely update related CRC legacy data. • Support/train users on use of ILDS application. The program office requires a definitive and quantifiable top down breakdown list of all end items, major assemblies, sub-assemblies, line replacement units (LRUs), shop replacement units (SRUs), and component parts of a weapon system in order to comply with AFI 10-602, Determining Mission Capability and Supportability Requirements. The ILDS database provides the program office with an application, training, and monthly data pulls to maintain an electronic configuration baseline and link with weapon system supply/cataloging data for OSS&E compliance, support a Reliability & Maintainability (R&M) program, provide Supply Chain Management (SCM) D200F updates, and provide the Sources of Repair Electronic Bills of Material (SOR EBOM) Updates. Each team member must have a minimum of the following: • Applicable functional area certification or 1 year equivalent government database management experience. B. Control and Reporting Center (CRC) Background Description: • The CRC is a deployable battle management command and control (C2) system employed at the tactical level to support air operations execution across the entire range of operations, from Homeland Security to major combat operations • A tactical C2 element that operates independently or in combination with other tactical joint/coalition C2 elements • Manages the theater's integrated air defense system, conducts air surveillance, participates in theater data link operations, and controls air operations in accordance with the Air Tasking Order (ATO) and Air Control Order (ACO) A responding company must verify willingness and capability to provide the service identified in this RFI, to help the Air Force determine prospective contractors. The company must be willing to provide an informal capabilities briefing. Please address each of the following by restating them (one at a time) and providing your response under each specific one. -Address your capabilities to accomplish the service and provide highlights of successful past experience on similar government contracts within the past 10 years. List name of contract, contract number, and assigned Administrative Contracting Officer (ACO) name and phone number for past experience -Describe your current capability and experience with meeting service requirements such as those identified in this sources sought synopsis -Please identify (with rationale) if your company believes that a Firm Fixed Price pricing arrangement is not most appropriate for this type of requirement -Identify your company's size given the above identified NAICS Code -If your company is part of a Small Business program, please provide verification -If you identify your company as a Small Business, please indicate (with supporting rationale) if/how your company would be a Small Business given the restrictions identified in sub-paragraph (b)(1) of FAR Clause 52.219-14 (which states that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern (meaning your company)) -Identify your company's socio-economic status -Identify (with rationale) if the Services Contracting Act would (or would not) be applicable based on the "service employee" definition under FAR 22.1001 and Part 541 of Title 29, Code of Federal regulations -Identify (with supporting rationale) necessary experience/abilities in CCaRS management, composition for worldwide support with a mix of specified qualifications, government financial, budget or program management Also identify number of years experience in each of these areas. Please Respond to: Department of the Air Force, Air Force Material Command, OO-ALC/GHSKB; Attn: Anthony Monsivais Anthony.Monsivais@hill.af.mil Responses are due no later than close of business Jul 22, 2011. No phone responses will be accepted. All responses shall be unclassified and reviewed (prior to submission to the Government) to ensure that there are no operational sensitivities. Note that a Request for Proposal (RFP) would include requirements that are more detailed than what is identified in this Sources Sought Synopsis. Response Due Date: July 22, 2011 Response Due Time: 1600hrs/4:00PM Time Zone for Due Time: Mountain Standard Time This is not a Request for Proposal (RFP) or Invitation for Bid (IFB), nor is it to be construed as a commitment by the Government; it is only to obtain market capabilities/industry comments and is to be used for informational purposes only. The Government does not intend to make an award on the bases of this sources sought synopsis/request for information, nor will the Government pay for the information solicited herein. Copies of the submitted information will be reproduced and review may be used to develop a Request for Proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA821711R071111/listing.html)
 
Record
SN02496137-W 20110714/110712235016-169d7735ca64ecd3c499734369c5ba8a (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.