GENERAL INFORMATION: The 412th TW is in the process of determining the acquisition strategy to support existing versions of IADS. Below is the approach that IADS will be based upon:
Provide operational sustainment, enhancement, development, and general support services for currently installed IADS software within the Air Force Test Center (AFTC). In order to meet these objectives, IADS shall provide the following service capabilities:
Software support services that consist of Basic, Intermediate, Advance Support, General Support, and Documentation.
Basic support shall provide services to fix software bugs, software maintenance, operating system and system driver updates, information assurance requirements, and interface upgrades.
Intermediate support shall provide software enhancements (software updates).
Advance support shall provide new capabilities (software upgrade).
In addition to software support, the contractor shall provide General Support that consist of Telephone Support (Diagnostic Support and Support Window), On-Site Support (Diagnostic Support and Support Window), and Technical Support (Training and Technical Consultation).
Documentation shall provide the Government with documentation for the release, executable files, updated online help files associated with the release, updated users manuals associated with the release, and a Software Version Description Document for the release.
A three-year Firm-Fixed-Price Indefinite Delivery Indefinite Quantity contract will be awarded. System for Award Management (SAM) registration is mandatory for this contract (see SAM website at sam.gov). Responses will contribute to the Market Research Report as part of the acquisition strategy development process. Sources responding are invited to provide input and recommendations concerning contract type, contract clauses, and other aspects of the acquisition and anything else that may help to develop an efficient and effective acquisition program. If sufficient responsible and capable sources are identified, a formal RFQ will be posted on FedBizOpps.
Interested parties are requested to furnish a capability statement detailing their capabilities to provide these services, include highlights of experience on similar government or commercial contracts/agreements. In addition, please indicate business size (Large or Small), cage code/DUNS, provide a list of any contracts or other agreements similar in nature, the program/project name, contract number or other identifier, administering office/address, and the point of contact with the current telephone number.
Please provide your response in Microsoft Word or a Microsoft Word compatible format. Submissions should be to the point and no more than 10 double spaced pages. Responses shall not be proprietary and will be unclassified.
Interested firms are requested to submit the information no later than 23 August 2017 at 4:30pm PST. Small Business sources responding should state their business size status based on the NAICS referenced above and whether they are interested as a prime or subcontractor. Replies to this RFI should be sent via email to: