Federal Bid

Last Updated on 29 Apr 2021 at 4 PM
Solicitation
Wright patterson air force base Ohio

ESCAPE

Solicitation ID FA8109-21-R-0003
Posted Date 29 Apr 2021 at 4 PM
Archive Date 21 May 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa8109 Afsc Pzaac
Agency Department Of Defense
Location Wright patterson air force base Ohio United states 45433

29 Apr 21  - The solicitation for ESCAPE has been posted under notice ID FA8109-21-R-0003. The proposal due date is 01 June 21 at 4:00 pm Central Standard Time. 

21 Apr 21 - SYNOPSIS - Enterprise Supply Chain Analysis Planning and Execution (ESCAPE)

This is a synopsis of a proposed contract action for the ESCAPE program in accordance with FAR 5.201. There is no solicitation available at this time.  A sources sought synopsis was posted under solicitation number FA8109-20-SS-0001. Questions and Answers are available at this link:  https://beta.sam.gov/opp/68b6e985b730406fb6e3e5656c78c8e5/review

All future updates for the ESCAPE requirement and the RFP will be posted to this page.

  1. SOLICITATION:    FA8109-21-R-0003
  2. ESTIMATED SOLICITATION ISSUE DATE:   06 May 2021
  3. ESTIMATED SOLICITATION CLOSING/RESPONSE DATE:   07 June 2021 at 4:00 PM CST
  4. ANTICPATED AWARD DATE:  28 September 2021
  5. NAICS:  511210
  6. PRODUCT CODE:  7A21
  7. DESCRIPTION: The ESCAPE contract will be a definitive “C” type commercial contract utilizing FAR part 12 procedures.  The ESCAPE program is a supply chain modernization effort. The ESCAPE system is focused on forecasting and planning in support of the computational buy versus repair cycles, analytics for next dollar invested, and stock leveling across the enterprise based upon demand predictions.  ESCAPE’s software/cloud vendor completed User Acceptance Testing (UAT) in August 2020 and received Service Designated Official (SDO) approval in October 2020 for Full Deployment Decision (FDD) in Q3/Q4 FY21.  ESCAPE consists of the following mission area capabilities: Demand Planning, Inventory Planning, Supply Planning, Exception Management, and Performance Management. These core mission area capabilities are based on functional supply chain planning activities and closely align with the actions of supply chain personnel performing the work across the Air Force Sustainment Center (AFSC) (today, these roles are stock controllers, item managers, equipment specialists, operations research analysts, logistics managers and program managers).  ESCAPE is based upon Parametric Technology Company’s (PTC) Commercial-off-the-Shelf (COTS) Service Parts Manager (SPM) software which is an Advanced Planning and Scheduling solution via commercial cloud delivery. The primary deliverable and largest percentage of funding and expenditure on the contract is the licensing fee for the COTS software delivered via the vendor cloud as a fully configured supply end item.  The vendor cloud is a turnkey delivery with fully configured environment, associated hardware/software, cloud support, DISA Provisional Authority (PA), and Mission Owner (MO) Authority-to-Operate (ATO).  All software, hardware, performance, labor, and IA/cyber compliance risk are borne by the vendor to deliver and sustain the cloud environments availability.  The contract also includes sustainment and maintenance of the previously delivered unclassified For Official Use Only (FOUO) National Security System (NSS) Impact Level (IL5) cloud and the acquisition and delivery of a classified (IL6) cloud environment.  In addition to delivering the above-mentioned functional capabilities, there will also be a requirement to assist the AF with Organizational Change Management and delivering training materials to prepare the organic supply chain planning community for changes in business practices. To support this vision with the required capabilities, the industry source is expected to provide program management and lifecycle management.
  8. LINE ITEMS:

    CLIN       Description

    *001        Unclassified SPM COTS License and IL5 Cloud Delivery

    The contractor shall provide an Enterprise License for Service Parts Manager (SPM) supply chain planning software, affiliated product modules, integrity test software, with fully configured and government approved commensurate hosting, communication services, data configurations, and integrations in accordance with (IAW) SOW paras 1.2, 1.4, and 2.1.

    *002      Baseline Data Management, Functionality, Capability, and Configuration

    The contractor shall provide baseline data management, functionality, capability, and configuration services IAW SOW paras 1.2 and 2.2 and SOW Sections 3, 4, 5, 6, and 7.

    *003     Emerging Data Management, Functionality, Capability, and Configuration 

    The contractor shall provide emerging data management, functionality, capability, and configuration services as approved in the integrated master schedule, CDRL A002, and IAW SOW paras 1.2 and 2.3 and SOW Sections 3, 4, 5, 6, and 7.

    *004     Training, Organizational Change Management (OCM), and Help Desk 

    The contractor shall provide Training, Organizational Change Management, and Help Desk services IAW SOW paras 1.2 and 2.4 and SOW Sections 3, 4, 5, 6, and 7.

    *005     Classified SPM License 

    The contractor shall provide an Enterprise License for Service Parts Manager (SPM) supply chain planning software, affiliated product modules, integrity test software, with fully configured and government approved commensurate hosting, communication services, data configurations, and integrations for a classified instance of the SPM software IAW SOW paras 1.2, 1.4, 2.1, 2.5, and 3.18.1.

    *006     Classified IL6 Cloud Delivery

    The contractor shall deliver a fully configured IL6 hosting environment with commensurate communication services, data integration, AF approved cross-domain solution(s) (CDS’s) and other data spillage safeguards, associated information assurance and cybersecurity compliance, DISA Provisional Authority (PA), Cloud Access Point (CAP) or other mechanism, and Mission Owner Authority-to-Operate (ATO) IAW SOW paras 1.2, 1.4, 2.5, and 3.18.1. 

    *007     Data 

    Contractor shall provide the data identified in Section J, Exhibit A in accordance with the Statement of Work hereof.  The Government shall have unlimited rights to all test materials, documents, notes, records, and software documentation meeting the criteria specified in DFARS 252.227-7015 (b)(1). The costs associated with data are included in CLINS 0001, 0002, 0003, 0004, 0005, and 0006.

    *008    Travel 

    All travel must be in direct support of this effort and in accordance with the Joint Travel Regulations (JTR). Contractor shall obtain approval from the Contracting Officer or Contracting Officer Representative, prior to travel.
    Travel shall be performed in accordance with paragraph 3.5 of the SOW.
    Profit shall not be paid on travel costs.
    Any travel approved by the CO or COR is reimbursable to the Contractor and will be obligated up to the total amount of this CLIN.
    Any remaining costs/funds not expended at the end of the Period of Performance will be de-obligated.

    4009    Transition Out

    If there is a change in contractor or if any of the operations covered by this contract reverts to organic support, transition out shall be accomplished in accordance with the transition out plan, CDRL A015.                                   

  9. DURATION OF CONTRACT PERIOD: Five years, including a one-year base period and four one-year options.
  10. SOURCES:  This requirement is sole source. Authority is FAR 6.302-1(a)(2). Current source is Parametric Technology Company, Inc. (PTC) (Cage:  0K0D7). All responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency.
  11. TECHNICAL DATA:   Technical data will not be available until the solicitation is posted.  A current, valid, completed DD2345 form will be required for release of technical information related to this solicitation and resulting contract. The solicitation technical data is approved for release only to U.S. Government agencies and their vendor/contracts who are registered and certified with the Defense Logistics Information Service (DLIS) and have a legitimate business purpose.  Prior to granting access the USAF will verify requesting vendor is a certified U.S. or Canadian contractor by the Joint Certification Program administered by the Defense Logistic Information Service (Form DD2345). The form, including instructions for completing the form, is available at http://www.esd.whs.mil/Portals/54/Documents/DD/forms/dd/dd2345.pdf . The USAF is not responsible for processing or approval of the offeror’s DD2345.
  12. ADDITIONAL INFORMATION: Electronic procedures and Request for Written Proposal will be used for this solicitation through Beta SAM.gov at https://beta.sam.gov/.
  13. OMBUDSMAN NOTE:  An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman for this acquisition is AFSC/PZC. This does not diminish the authority of the program director or CO, but communicates Bidder concerns, issues, disagreements and recommendations to the appropriate Government personnel.  When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. Ombudsman does not participate in the evaluation of proposals or in the source selection process.  Interested parties are invited to call the Ombudsman at (405) 736-7124. DO NOT CALL THIS NUMBER FOR SOLICITATION.
  14. CONTRACTING OFFICER NAME, TELEPHONE, EMAIL ADDRESS:  Candace Dittmer, (405) 739-3455, [email protected]                       

Bid Protests Not Available

Similar Past Bids

Wright patterson air force base Ohio 29 Apr 2021 at 7 PM
Tinker air force base Oklahoma 21 Apr 2021 at 9 PM
Tinker air force base Oklahoma 11 Aug 2021 at 3 PM
Tinker air force base Oklahoma 26 Oct 2023 at 4 PM
Tinker air force base Oklahoma 18 Mar 2019 at 4 PM