Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 25, 2017 FBO #5754
SOLICITATION NOTICE

R -- Automated Logistics Management Support System (ALMSS) Sustainment

Notice Date
8/23/2017
 
Notice Type
Presolicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
FA8555-17-R-0002
 
Archive Date
9/22/2017
 
Point of Contact
Jason Morgan, Phone: 4782226800, Cheryl W Janssen, Phone: (478)926-8429
 
E-Mail Address
jason.morgan.12@us.af.mil, cheryl.janssen@us.af.mil
(jason.morgan.12@us.af.mil, cheryl.janssen@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The USAF intends to issue a Request for Proposal (RFP) in support of logistic support services for Automated Logistics Management Support System (ALMSS) software sustainment in support of the Air Force Life Cycle Management Center (AFLCMC), C2ISR Division (HBG), Logistics Branch (HBGL) at Robins Air Force Base, (RAFB) Georgia. The Command and Control, Intelligence, Surveillance, and Reconnaissance (C2ISR) Division (AFLCMC/HBG) has a requirement to support, sustain and improve the Automated Logistics Management Support System (ALMSS) to obtain better effectiveness and efficiency of its worldwide mission providing cradle-to-grave logistics management for C2ISR systems and other assigned platforms. Requirements are sustainment and enhancement of an enterprise Supply Chain Management (SCM) software application which covers all ISR assets and systems. Included in these ISR initiatives are weapon system capabilities that incorporate maintenance planning and processing, location-specific data, maintenance and usage of parts for better decision-making, increased data accuracy, predictive maintenance preparation and other enterprise level supply chain management capabilities. The term of this effort is expected to be 5 years (Five 12 Month Ordering Periods) to be executed as an Indefinite Delivery/Indefinite Quantity contract. The Government intends to issue this contract on a sole-source basis to Leidos, Inc., 6909 Metro Park Drive, Alexandria, VA, 22310 (CAGE: 07NE7). This award will be made in accordance with the requirements for Other than Full and Open Competition at FAR 6.302-1 - Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. This is a non-commercial requirement using Cost Plus Fixed-Fee, Firm Fixed Pricing (FFP) and Cost Reimbursable-No Fee (CR-NF), pricing arrangements. Place of Performance will be at Bldg 350, 750 Third St. Robins AFB, Georgia 31098. RFP issue date is planned to be within the next 30 days. Request interested offeror notify Jason Morgan, AFLCMC/HBKAA Bldg 350 750 Third St. Robins AFB, Georgia 31098. Phone: 478-222-6800, Email Jason.Morgan.12@us.af.mil. Any inquiries should contain company name, address, and point of contact, CAGE code, and size of business pursuant to the North American Industry classification System (NAICS) 541511.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8555-17-R-0002/listing.html)
 
Place of Performance
Address: Robins AFB, Robins AFB, Georgia, 31098, United States
Zip Code: 31098
 
Record
SN04642209-W 20170825/170823232534-8daa9481dce2ae7db1a6b37768f34180 (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.