Federal Bid

Last Updated on 21 Apr 2021 at 9 PM
Sources Sought
Tinker air force base Oklahoma

ESCAPE

Solicitation ID FA8109-20-SS-0001
Posted Date 21 Apr 2021 at 9 PM
Archive Date 06 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 Tinker air force base Oklahoma United states 73145

21 APRIL 2021 - SYNOPSIS POSTED 

A pre-solicitation notice has been posted for this requirement under notice ID FA8109-21-R-0003 at https://beta.sam.gov/opp/ca39ed23073e494599cc63677034788a/review.  No further updates will be added to this page. Please see the pre-solicitation notice for further updates. 

22 OCTOBER 2020 - QUESTIONS AND ANSWERS

Please see the attached updated questions and answers (Q&As). New Q&As are shown in blue text. 

08 OCTOBER 2020 - QUESTIONS AND ANSWERS

Please see the attached additional questions and answers submitted in response to the sources sought. 

01 OCTOBER 2020 - QUESTIONS AND ANSWERS

Please see the attached questions and answers submitted for the below sources sought.

SOURCES SOUGHT SYNOPSIS (SSS)

ENTERPRISE SUPPLY CHAIN ANALYSIS PLANNING & EXECUTION (ESCAPE) FOLLOW-ON

  1. INTRODUCTION:
     
    This Sources Sought Synopsis is being conducted pursuant to FAR Part 10, Market Research.  This is an initial step in the planning process for the ESCAPE follow-on contract. The purpose of this notice is to gather market intelligence, identify and engage defense contractor sources that can fulfill the Government’s requirements, and utilize any data gathered to help refine and develop a sound acquisition strategy.  There is no solicitation available at this time.
     
  2. REQUIREMENTS
     
    1. Provide a fully compliant Impact Level (IL) 5 hosting environment and deliver Service Parts Management (SPM) via Software as a Service (SaaS)
      • Fully compliant means:
        1. Current/approved DISA Provisional Authority
        2. Current/approved DISA Cloud Access Point (CAP)
        3. Current/Approved Accreditation under the Risk Management Framework
        4. Current/approved Mission application Authority to Operate
      • Integrate with Air Force owned and managed Cloud One or other AF assigned Microsoft Azure hosting environment to interface with ESCAPE’s Operational Data Service (ODS) using approved ports
      • Provide multiple environments including production, test, development, training and what-if/simulation
      • Demonstrate knowledge of DISA, DoD, Cloud One, AF CIO, National Institute of Standards and Technology (NIST) or various other directives in delivering the cloud environment including acquisition certifications relating to software/hardware/product usage
         
    2. Baseline Data Management, Functionality, Capability, and Configuration Support (FDD)
      • Maintain all current functionality and baseline configuration. Must demonstrate ability to edit SPM source code
      • Demonstrate ability to ingest blob files from the ODS
      • Map current data requirement to the screens/functionality in SPM
      • Enable supply chain planning best practices and inventory optimization to meet Air Force availability and sustainability targets
         
    3. Emerging Data Management, Functionality, Capability, Enhancements, and Configuration Support
      • Update functionality and configuration to account for new functionality requirements. Must demonstrate ability to edit SPM source code or configurations.
      • Demonstrate ability to ingest blob files from the ODS
      • Provide detailed list of data (fields) and data structure required to support functionality
      • Collaborate on business rules and configuration changes required to meet Air Force requirements in the SPM tool
      • Update the solution design document with each SPM tool release and configuration change
         
    4. ESCAPE Training, Organizational Change Management (OCM), and Help Desk Support
      • Provide updates to SPM end user guide and train the trainer training based on regular SPM releases, estimated to be two times per year
      • Provide detailed, how-to training video on SPM software
      • Provide detailed knowledge of system functions, configurations, navigation and data and be able to respond to user submitted questions and tickets
         
    5. Demonstrate ability to provide a fully compliant Impact Level (IL) 6 (Classified) hosting environment and deliver Service Parts Management (SPM) via Software as a Service (SaaS) to include configurations of cross domain controller(s)
      • Fully compliant means:
        1. Ability to receive DISA Provisional Authority
        2. Ability to receive DISA Cloud Access Point (CAP)
        3. Ability to receive Accreditation under the Risk Management Framework
        4. Ability to receive Mission application Authority to Operate
      • Integrate with Air Force owned and managed Cloud One or other AF assigned Microsoft Azure hosting environment to interface with ESCAPE’s Operational Data Service (ODS) using approved ports IL6 environment
      • Provide multiple environments including production, test, development, training and what-if/simulation
      • Demonstrate knowledge of DISA, DoD, Cloud One, AF CIO, National Institute of Standards and Technology (NIST) or various other directives in delivering the cloud environment including acquisition certifications relating to software/hardware/product usage and additional hardening required for IL6
         
  3. RESPONSE INSTRUCTIONS:
     
    1. Any information provided to the Government as a result of this sources sought synopsis is voluntary. The Government will not pay for any information submitted in response to this synopsis.  Respondents must submit their SSS Response electronically via email on or before the established due date in accordance with the format and instructions below:
       
        1. The SSS Response shall be submitted via email as one electronic file. The SSS Response file shall be in Adobe pdf format, and should not exceed 5 MB.  All responses shall contain UNCLASSIFIED material only.
           
        2. The SSS Response should not exceed 20 standard electronic pages (8.5 x 11 inch leaf, one-inch margins, and font no smaller than 10 point Times New Roman). 
           
        3. SSS Responses shall be sent via email to the cognizant contracting POC [email protected] no later than 1600 hours (Central) on 02 October 2020.
           
    2. Respondents must include the following information within their SSS Response:
       
        1. Company Information:  Provide company name, address, a point of contact with e-mail address and telephone number, Federal Cage Code, Data Universal Numbering System (DUNS), business size for NAICS 511210, and security clearance level.  Your company must be registered in System for Award Management (SAM).  To register, go to https://www.sam.gov.

    1. Respondents must provide a “Yes” or “No” response regarding their current capability to fulfill each of the requirements listed in Section B.  If “Yes” then the respondent should provide facts supporting the assertion.  If “No” then the respondent should substantiate how and by what date they would acquire the required capability.
       
  1. GOVERNMENT RESPONSIBILITY:  This Sources Sought Synopsis is not a solicitation and shall not be construed as a commitment by the Government for any purpose, nor shall it restrict the Government to an ultimate acquisition approach. Questions regarding this notice shall be submitted via email to Corey VanWoerkom, Contracting Officer, at [email protected].
Bid Protests Not Available

Similar Past Bids

Wright patterson air force base Ohio 29 Apr 2021 at 4 PM
Wright patterson air force base Ohio 29 Apr 2021 at 7 PM
Oklahoma 02 Sep 2020 at 4 AM
Oklahoma 02 Sep 2020 at 4 AM
Location Unknown 17 Nov 2009 at 8 PM