Diminishing Manufacturing Sources and Material Shortages (DMSMS) Support- DMSMS Predictive Tool

expired opportunity(Expired)
From: Federal Government(Federal)
FA8109-19-SSS-DMSMS

Basic Details

started - 13 May, 2019 (about 5 years ago)

Start Date

13 May, 2019 (about 5 years ago)
due - 20 Jun, 2019 (about 4 years ago)

Due Date

20 Jun, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
FA8109-19-SSS-DMSMS

Identifier

FA8109-19-SSS-DMSMS
Department of the Air Force

Customer / Agency

Department of the Air Force

Attachments (4)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

  Notice of Industry Day, Reference #FA8109-19-SSS-DMSMSIndustry DayThe Diminishing Manufacturing Sources and Material Shortages program office will hold an Industry Day event in Midwest City, Oklahoma, on June 26 - 27, 2019 to discuss the requirement under Ref# FA8109-19-SSS-DMSMS, and to permit potential offerors to obtain government answers to their questions. Such government answers may be provided at the event or subsequent to the event.The Industry Day event location is Tinker Business Industrial Park, 2601 Liberty Parkway, Building 2 Door A, Midwest City, Oklahoma 73110.Interested vendors should contact Tammy P. Davis contracting officer, by email at tammy.davis.7@us.af.mil, ASAP but no later than June 20, 2019, if the vendor is planning on attending the Industry Day event or if the vendor would like to schedule a one-hour time slot during the Industry Day event, in order to meet with the government program team. The
one-hour time slot meeting can be held with the vendor at the Industry Day event location or, upon vendor request, can be a telephonic meeting with the vendor for the one-hour time slot during the Industry Day schedule.A general overview of the requirement will be presented to potential offerors in attendance at the Industry Day location, on the morning of June 26, 2019, from 8:30 am to 12:00 pm. One-on-one meeting will be held in the afternoon on June 26, 2019 and on June 27, 2019 in one-hour time slots with the vendor at the Industry Day event location.The Government may limit the number of attendees from each company depending on the number of interested parties and/or meeting venue. The Government shall not reimburse or be liable for any travel expenses. All contractor expenses related to the Industry Day shall be at contractor expense.NoticeA determination by the Government not to compete this potential acquisition, based upon responses received to this notice, is solely within the discretion of the Government. Information received will be considered solely for the purpose of on-going market research. Respondents should not submit proprietary data.The Government will not pay for any information submitted as a result of this sources sought synopsis. A response to this sources sought synopsis is NOT a request to be added to a prospective bidders list or to receive a copy of the solicitation. If a solicitation is issued, it will be posted later at https://www.fbo.gov and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. This sources sought synopsis shall not be construed as an obligation on the part of the Government to acquire any products or services. Interested contractors are encouraged to set up automated alerts for this announcement.Diminishing Manufacturing Sources and Material Shortages (DMSMS) Support- DMSMS Predictive ToolSOURCES SOUGHT SYNOPSISCAUTION:This market survey is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for qualification and perform Diminishing Manufacturing Sources and Material Shortages (DMSMS) Support. Contractors/institutions responding to the market research are placed on notice that participation in this survey may not ensure participation in future solicitations and or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey.INSTRUCTIONS:1. This document contains a description of the items and functions sought and has 3 attachments - draft performance work statement, sample data set and contractor capability survey - a survey which allows you to provide your company capability which allows you to provide your company's capability to the government contact listed below.Note: Must submit approved DD2345 to view sample data set.2. If, after reviewing these documents, you desire to participate in the market research, 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 adequately assess 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.)a. Identify any areas of work that your organization believes should be broken      out exclusively for Small Business.b.Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. The proposed North American Industry Classification System (NAICS) Code is 518210 Data Processing, Housing, and related Services, which has corresponding Size Standard of $32.5M.3. This SSS is issued solely for informational and planning purposes. No funds are available to fund the informational requested. The information is this notice is current as of publication date but is subject to change and is not binding to the Government. Oral submission are not acceptable.4. Questions relative to this market survey should be addressed to requiring activity, through the contact information below.DIMINISHING MANUFACTURING SOURCES AND MATERIAL SHORTAGES (DMSMS) SUPPORTPURPOSE/DESCRIPTION:This industry comprises establishments primarily engaged in providing infrastructure for hosting or data processing services. These establishments may provide specialized hosting activities, such as web hosting, streaming services or application hosting; provide application service provisioning; or may provide general timeshare mainframe facilities to clients. Data processing establishments provide complete processing and specialized reports from data supplied by clients or provide automated data processing and data entry services. Illustrative Examples: Application hosting, Optical scanning services, Application service providers, Web hosting, Computer data storage services, Video and audio streaming service, Computer input preparation services, Microfilm imaging services, and Computer time rental.This is a Sources Sought Synopsis (SSS) announcement. This is not a solicitation for proposal; therefore, a solicitation number has not been assigned. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. This SSS is issued for the purpose of collecting market research, solely for informational, planning, identification of capable sources/recommended strategy and if this effort can be competitive or a Small Business Set-Aside. The information provided in response to this SSS is for discussion purposes and any potential strategy that may be developed from these discussions would be the subject of a separate, future announcement.The information received in response to this SSS may be utilized by the Government in developing an acquisition strategy, and requirements documents (i.e.; Statement of Objectives, Performance Work Statement (PWS), or Purchase Description). A DRAFT PWS has been attached to this SSS. The Air Force requires that only nonproprietary information be submitted in response to this SSS. The Air Force shall not be liable for or suffer any consequential damages for the use of any proprietary information submitted.The planned service acquisition is for five years; a one-year basic ordering period and four, one-year priced option periods for the aforementioned contract for services for the Air Force Materiel Command (AFMC). Please see the attached DRAFT PWS for specific contractor requirements. The Government requests interested parties to provide insight/recommendations regarding the attached PWS. As stated earlier, the Government may use the recommendations as a basis for determining the final acquisition strategy and potential contract requirements.The purpose of this effort is to provide DMSMS support for Air Force (AF) users to proactively reduce mission capability impacts. Additionally, this effort supports users outside the AF.The AF must continue to evolve and proactively improve weapon system acquisitions, logistics support and sustainability. The AF users must be able to status parts across multiple weapon system platforms which require linking of the data in order to run necessary queries and reports from a single access point. This effort will help assure all required parts and materials to support AF managed weapon systems are available within acceptable production lead times. In addition, the effort will reduce the overall cost of ownership of the weapon systems by, (1) facilitating economical DMSMS resolution costs, (2) reducing the number of reactive solutions, (3) minimizing any delays in organic depot -level repair as well as Contractor repair, and (4) improving system availability.IMPORTANT NOTE: The AF Technical data used for this requirement is considered Critical Technology and typically marked with Distribution Statement D: Releasable to DoD and DoD contractors only. AF technical data must be protected at all times therefore the contractor shall have an IT capability that is authorized for use on the AF Network (AFNET) and maintains a current and full Risk Management Framework (RMF) Assessment and Authorization (A&A) package with an Authority to Operate (ATO). At a minimum, the ATO must meet the Confidentiality, Integrity, and Availability (CIA) categorization of "Low-Low-Low". Contractor shall maintain a current A&A and ATO throughout the period of performance of this requirement.The contractor shall provide services for the management of the AF owned parts data. The contractor shall furnish an Information Technology (IT) capability that can perform the requirements of this PWS (see attached DRAFT).The contractor's IT capability, combined with the AF owned parts data, shall hereafter be called the "Tool". The contractor shall provide the necessary capabilities required to support the 448 Supply Chain Management Wing (SCMW) obsolescence management initiatives as described in this PWS. The contractor's Tool shall meet all requirements of this PWS at time of proposal. The contractor shall also provide engineering, technical and program support services for the effortThis requirement is considered Sustainment and does not allow for development or modernization of a contractor's IT capability. This requirement does not allow for the Government purchase of software modifications or software enhancements. This requirement does not allow for the Government purchase of computer hardware. At time of proposal, the contractor shall have a complete IT capability which has the ability to perform the requirements as stated in this PWS.The Government may host an Industry Day which will be announced on FBO. The Government may limit the number of attendees from each company depending on number of interested parties and/or meeting venue. The Government shall not reimburse or be liable for any travel expenses. All expenses related to this SSS and/or industry day shall be at contractor expense. A one-on-one session may be available if requested in advance.Point of Contact - Procuring Contracting Officer: Tammy P. Davis email: tammy.davis.7@us.af.milGovernment responses may be provided on FBO or at the Industry day event. If a company believes it is capable of meeting the Government's requirement/perform the contract services, the company may identify their interest and capability to the POC listed within this synopsis. Those interested companies must indicate whether they are a large, small, and small-disadvantaged, 8(a), women owned, or a Veteran/Service-Disable Veteran Owned Business as well as a HubZone small business and whether they are U.S. or foreign owned.

Tinker Air Force Base Tinker AFB, OK 73145 United States United StatesLocation

Place Of Performance : Tinker Air Force Base Tinker AFB, OK 73145 United States

Country : United States

You may also like

DIMINISHING MANUFACTURING SOURCES AND MATERIAL SHORTAGES (DMSMS)

Due: 02 May, 2024 (in 6 days)Agency: DEPT OF DEFENSE

Open Source Software: Maximizing Advanced Manufacturing Simulations with MALAMUTE

Due: 15 Mar, 2026 (in 22 months)Agency: ENERGY, DEPARTMENT OF

Classification

518 -- Data Processing, Hosting and Related Services/518210 -- Data Processing, Hosting, and Related Services
naicsCode 518210Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services
pscCode RElectronic Records Management Services