Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2015 FBO #4979
SOURCES SOUGHT

70 -- Part Search and Bill of Materials Tool - Attachment 1 Questionnaire

Notice Date
7/10/2015
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-15-RFI-0255
 
Archive Date
8/5/2015
 
Point of Contact
Katelyn O'Connor, Phone: 7323235373
 
E-Mail Address
katelyn.oconnor@navy.mil
(katelyn.oconnor@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1 Questionnaire THIS IS A REQUEST FOR INFORMATION ONLY. THERE IS NO SOLICITATION PACKAGE AVAILABLE. The Naval Air Systems Command (NAVAIR) is requesting information pertaining to Commercial-Off-the-Shelf (COTS) part search and bill of materials (BOM) tool. This sources sought synopsis is issued solely for information and planning purposes. The purpose is to improve the Government's understanding of the current marketplace and to identify capable sources for the conduct of a comparative analysis alongside the software the Government currently uses for the effort described herein. The Naval Air Warfare Center Aircraft Division (NAWCAD) at Joint Base McGuire-Dix-Lakehurst (JBMDL), NJ is request information from industry to provide: A COTS part search and BOM tool that can perform Diminished Manufacturing Sources and Materiel Shortages (DMSMS) part assessments and analysis. The software tool must provide state-of-the-art techniques to quickly price and compare products, graph performance and pricing trends, and generate accurate and meaningful statistical estimates and forecasts in support of The United States Air Force (USAF) and Air Force Life Cycle Management Center (AFLCMC) through the F-35 Joint Strike Fighter (JSF) Joint Program Office (JPO) at Arlington, VA. The NAWCAD is searching the market to find corporate capabilities and interest available to provide a COTS software part search and BOM tool. Capabilities and characteristics include but are not limited to the following: • Provide a sizable and up-to-date database of sources available to effectively research part comparisons and features. (Provide database size and refresh rates.) • Generate pricing models for electronic components to include competitive parts comparisons. • Provide major distributor information, location, performance ratings, and part replacements and/or substitutions. • Generate Product Change Notices (PCNs) and send e-mail alerts when original equipment manufacturers (OEMs) submit an end-of-life (EOL) notice to industry. • Support lifecycle forecasting and provide availability data. • Provide an intuitive user interface with ability to integrate project data into consolidated, customizable dashboard views with drill-down capabilities. • Operate with full functionality in the JSF Virtual Enterprise (JVE) standard desktop environment. • Must be Microsoft Windows compatible and able to import data from.XML and.XLS file formats and export data to Excel and PowerPoint formats. • Include all planned software and content updates and provide current system status. • Provide knowledgeable and responsive technical support. (Provide help desk hours and response times). Response Topics Topic 1: The Government is interested in obtaining information from industry concerning capabilities to meet the requirements. In addition to your response to these specific topics, the Government requests that respondents complete the questionnaire based upon the requirements communicated in the capabilities and characteristics. This RFI is for market research and is not part of any down selection process. Topic 2: The Government anticipates that this will be released under the North American Industry Classification System (NAICS) 511210 Software Publishers. Under this classification, a small business participant is identified as a business having less than $38.5M in annual revenues. The Government welcomes responses from industry, to include small business as well as large business. RFI Response Instructions Complete the questionnaire located in Attachment 1 to provide the requested information. Any questions should be submitted via email to katelyn.oconnor@navy.mil Responses to the RFI should be submitted electronically to Katelyn O'Connor via email to katelyn.oconnor@navy.mil Responses shall be limited to the below topics and are bound by sectional page limits. 1) Discuss your interest in this requirement and corporate capabilities to satisfy all elements of this requirement, in terms of anticipated size and complexity. (no more than 2 pages) 2) If you are a small business, discuss the suitability of this requirement for a small business set-aside. (no more than 1 page) A page is defined as a single sided 8.5" by 11" page using 1 inch margins from each edge. Response must be in font size 12, Times New Roman. Inclusion of the questionnaire, Attachment 1, is in addition to the above mentioned page count. The information shall be submitted as UNCLASSIFIED. Do not submit any documents (letters, corporate statements or marketing information) other than the completed Questionnaire and the (up to 8 page max) responses on the requirements and specifications. The Government may elect not to discuss submissions received in response to this RFI with individual responders. There is no requirement to respond to the RFI in order to be eligible to propose on the planned RFQ. However, the Government places tremendous value on the information received and may utilize it to finalize its acquisition strategy. Respondents shall fully use this opportunity to describe proven capabilities in performing services similar to those described in the above mentioned capabilities and characteristics. DISCLAIMER The Government does not intend to award a Contract or Task Order on the basis of this RFI. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. In accordance with FAR 15.201(e) responses to this notice are not offers and cannot be accepted by the Government to form a binding contract/agreement. Respondents are solely responsible for all expenses associated with responding to this RFI. Responses to this RFI will not be returned. Respondents will not be notified of the results of the review. NO FORMAL SOLICITATION EXISTS AT THIS TIME.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-15-RFI-0255/listing.html)
 
Record
SN03793619-W 20150712/150710235553-0181a680214d9a4ea776c8000142a46c (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.