Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 01, 2024 SAM #8191
SOURCES SOUGHT

99 -- Request for Information (RFI) Combined Level 1 & Level 2 Maintenance Under Single Contract

Notice Date
4/29/2024 3:36:41 PM
 
Notice Type
Sources Sought
 
Contracting Office
FA2518 USSF SPOC/SAIO PETERSON AFB CO 80914-4184 USA
 
ZIP Code
80914-4184
 
Solicitation Number
FA251824RTBD
 
Response Due
5/13/2024 1:00:00 PM
 
Archive Date
05/28/2024
 
Point of Contact
Keith Dastur, Phone: 7195542940, Lisa Markel, Phone: 7195560895
 
E-Mail Address
keith.dastur.1@spaceforce.mil, lisa.markel@spaceforce.mil
(keith.dastur.1@spaceforce.mil, lisa.markel@spaceforce.mil)
 
Description
Space Operations Command (SpOC) Space Acquisition and Integration Office (SAIO), 135 Dover Street. Building #350, Ste 2225, Peterson SFB, CO, 80914-1385. This is a Request for Information (RFI) only. This is not a request for proposal but a survey to gather data for potential future mission requirements. �This Request for Information (RFI) should not be construed as a commitment by the Government for any purpose. The Government is requesting responses to a series of questions regarding your company�s experience combining Level 1 and Level 2 maintenance activities under a singe contract. �For the purposes of this RFI, Level 1 and Level 2 maintenance are defined as follows: ��� �Level 1 Maintenance: �Operations & Maintenance, consumable component management, and first line system administration ��� �Level 2 Maintenance: �Sustainment, Modernization/Obsolescence of both Hardware & Software, Depot Repair/Maintenance, and Unplanned Depot Level Maintenance such as Emergency Depot Level Maintenance (EDLM) and Urgent Depot Level Maintenance (UDLM) 1.�� �What efficiencies or cost savings do you anticipate by combining Level 1 and Level 2 maintenance into a single contract? 2.�� �What strategies or best practices would you propose to ensure seamless coordination between Level 1 and Level 2 maintenance activities under a unified contract? 3.�� �Can you provide examples of successful implementations where Level 1 and Level 2 maintenance were combined under a single contract? �What were the key factors contributing to their success? 4.�� �How do you perceive the potential impact of combining Level 1 and Level 2 maintenance on overall system reliability, uptime, and customer satisfaction? 5.�� �How do you envision the integration of Level 1 and Level 2 maintenance services into a unified contract benefiting both the Government and the contractor? 6.�� �What potential cost savings do you foresee by consolidating Level 1 and Level 2 maintenance under one contract? 7.�� �What challenges do you anticipate in integrating Level 1 and Level 2 maintenance activities, and how would you propose to address these challenges? 8.�� �What challenges or conflicts, with regard to performance evaluation/rating, do you foresee between the level 1 and level 2? 9.�� �Have you performed Level 1 and/or Level 2 contracts in a semi-remote/remote location? �If so, what were the challenges? 10.�� �Considering the labor category/pay rate differences between Level 1 & 2 personnel, what suggestions (i.e., contractor or Gov't initiated) do you have to ensure tasks don't needlessly/prematurely get pushed to Level 2 for resolution? This Request for Information is issued for the purpose of market research in accordance with Federal Acquisition Regulations (FAR) Part 10. �All businesses capable of providing this information are invited to respond. Any information provided by industry to the Government as a result of this RFI is voluntary. �The Government will not pay for any information submitted in response to this RFI. Interested parties to this notice should submit responses as well as company and Point of Contact information to: �Keith Dastur at keith.dastur.1@spaceforce.mil and Lisa Markel at lisa.markel@spaceforce.mil. �E-mail replies to this announcement are due no later than 1400 MST on Monday, 13 May 2024.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5c64e592cfc74db5bc8cda915d4894c9/view)
 
Place of Performance
Address: Colorado Springs, CO 80914, USA
Zip Code: 80914
Country: USA
 
Record
SN07046129-F 20240501/240429230048 (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 |
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.