SOURCES SOUGHT
15 -- Viewer for Technical Orders in S1000D Format
- Notice Date
- 2/19/2020 1:57:36 PM
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- FA8620 AFLCMC WIJK BIG SAFARI WPAFB OH 45433-7101 USA
- ZIP Code
- 45433-7101
- Solicitation Number
- FA8620-20-R-2017
- Response Due
- 3/4/2020 2:00:00 PM
- Archive Date
- 03/19/2020
- Point of Contact
- John Gray, Phone: 9372558665, Brandon Stout, Phone: 9372558171
- E-Mail Address
-
john.gray.35@us.af.mil, brandon.stout.5@us.af.mil
(john.gray.35@us.af.mil, brandon.stout.5@us.af.mil)
- Description
- THIS IS A SOURCES SOUGHT ONLY. This announcement constitutes a Sources Sought Synopsis (SSS) for the purpose of conducting market research only. No solicitation exists. This is not a request for a quote, request for proposal, or an invitation to bid, nor is this to be construed as a commitment by the US Government (Government) to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will not reimburse or pay for any information submitted in response to this SSS or any follow-up information requests. The purpose is to identify capable sources which can provide a capable Technical Order (TO) viewer and associated TO conversion services that meet the following criteria; Must enable conversion of Original Equipment Manufacturer (OEM) source data to current-issue S1000D and United States Air Force (USAF) compliant technical data in support of all levels of Operations and Maintenance Must be provided in a digital format in accordance with USAF standards as outlined in T.O. 00-5-1 and T.O. 00-5-3. Must be capable of being stored and manage in Joint Computer Aided Acquisition and Logistics Support System Must be developed in Interactive Electronic Technical Manuals (IETM) format Must leverage Condition-Based Maintenance (CBM+) strategies in accordance with DoDI 4151.22 � The contractor will be responsible for providing all necessary resources and expertise required for the successful conversion of MQ-9 OEM Source Data (Operations and Maintenance) and providing all necessary resources and expertise in order to integrate, install, and provide user training on the viewer software.� The contractor will also be responsible for providing all necessary technical data and artifacts in order to support installation approval and Authority to Operate/Authority to Connect (ATO/ATC) processes.� Interested sources must provide specific details on how required technical data and expertise will be obtained. The USAF, through Air Force Life Cycle Management Center (AFLCMC), is surveying the market to determine if any sources are qualified to perform all of the aforementioned requirements.� Qualified sources must have an in-depth knowledge of the USAF technical order process. Capabilities Package The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet all stated requirements. The package shall also include the following information and address the questions below: Company/Institute Name: Address: Point of Contact (to include phone number and email address): CAGE Code: Web Page URL: Size of business pursuant to NAICS 541511 Custom Computer Programming Services, size standard is 27.5 million dollars. Based on this NAICS Code, state whether your company is a: Small Business����������������������������������������������� ����������������������������� (Yes / No) Self-Certified or Third Party Certified Women-Owned Small Business������������������� ��������������������������� �(Yes / No) Self-Certified or Third Party Certified Economically Disadvantaged Women- Owned Small Business�������������������������������� ������������������������������ �(Yes / No) Self-Certified or Third Party Certified HUBZone Certified��������������������������������������� ������������������������������ (Yes / No) Self-Certified or Third Party Certified Veteran Owned Small Business��������������������� ������������������������� (Yes / No) Self-Certified or Third Party Certified Service Disabled Veteran Owned Small Business��������������� (Yes / No) Self-Certified or Third Party Certified 8(a) Certified������������������������������������������������� ����������������������������� (Yes / No) Self-Certified or Third Party Certified SBA Certification Date: ____________������� SBA Graduation Date: ______________ All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. The NAICS code for this requirement, if applicable to the company's capabilities, should be included in the company's NAICS code listing in SAM. Respondents should also state whether they are interested in being a prime contractor for this requirement or a subcontractor. Questions: The following responses are requested for informational purposes only and do not constitute discriminating factors. Do you consider your viewer to be a commercial item? Is your company on a GSA schedule (if so, which one)? Is your company domestically or foreign owned (if foreign, please indicate the country of ownership)? Can your firm provide AFNet and SIPRNet certification? What is the lowest level of formatting your firm requires OEM source data to be provided in order to be viewed properly in your firm�s IETM viewer software? Is your firm's IETM viewer software responsive, regardless of data module size?� Please quantify your average response/load time from time of selection. What, if any, unique user interface items of interest does your firm�s IETM viewer software provide that, in your firm�s opinion, stand out and would create an enhanced user experience? Can your firm's IETM viewer software enable multiple types of user's access to data and permissions based on user? Is your firm�s IETM viewer compatible with any standard personal computer?� If so, please explain how and/or why. Briefly explain your firm�s understanding of how the� USAF maintenance and operations community would utilize eTools loaded with your firm�s IETM viewer and how your firm�s IETM viewer software may enhance the end user experience based on how the eTools would be utilized. Is your firm familiar with Condition Based Maintenance Plus (CBM+) and if so, could you please provide a brief description of how your firm�s IETM viewer software can provide value to the USAF as it relates to CBM+? Can your firm's IETM viewer software support multiple configurations for sustainment of multiple versions and variants in one dataset, and provide filtered publishing to the associated version or variant automatically? Please explain your understanding of the USAF TO verification process as it relates to steps within that process your firm would be involved until fielding?� Also, please explain who your firm would consider the user to be during this timeframe and anything your firm�s IETM viewer software may provide to enhance the user experience during TO verification. This is an INDUSTRY NOTIFICATION and is for INFORMATION PURPOSES ONLY. This is NOT A SOLICITATION. In accordance with FAR 15.201, this announcement shall not be construed as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this notice or otherwise pay for information solicited. All submissions are requested to be made electronically by 4 pm EST on 03 Mar 20 and sent to the MQ-9 Program Office, Attn: Tyler Bender, email: AFLCMC.WII.MAUASContracting@us.af.mil. Marketing materials are considered insufficient and direct/succinct responses to the request above are preferred. Please limit responses to 10 pages. The font shall be Times New Roman and no smaller than 10-point with at least a one-inch margin. The Government reserves the right to contact the submitting parties as required for further clarification on material provided. In addition, the Government will use its assessment of the information and other research to determine which sources appear qualified to perform the work required by the Government. Respondents will not be notified of the results of the assessment. There is no restriction on who can respond to this SSS. However, if submitting company proprietary information, please be sure it is clearly marked. To aid the Government, please segregate proprietary information to the maximum extent possible. All submissions become Government property and will not be returned. The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified. Contracting Office Address: AFLCMC/WIIK Medium Altitude Unmanned Aircraft Systems Area B, Bldg. 560 2530 Loop Rd West Wright-Patterson AFB, Ohio 45433 Primary Point of Contact: John A. Gray Contract Specialist john.gray.35@us.af.mil Phone: 937-255-8665 Alternative Point of Contact: Capt Brandon Stout Contracting Officer brandon.stout.5@us.af.mil Phone: 937-255-8171
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1fc1abea6b594c958c23e62a3a7b089d/view)
- Place of Performance
- Address: Wright Patterson AFB, OH 45433, USA
- Zip Code: 45433
- Country: USA
- Zip Code: 45433
- Record
- SN05566077-F 20200221/200219230145 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |