Federal Bid

Last Updated on 10 Sep 2024 at 10 PM
Sources Sought
Hill air force base Utah

MABSM Implementation and Sustainment for the Oklahoma City (OC-ALC) and Warner Robins (WR-ALC) Aircraft Groups

Solicitation ID FA822424RMABSMImplementation
Posted Date 10 Sep 2024 at 10 PM
Archive Date 09 Oct 2024 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa8224 Ol H Pzi Pzim
Agency Department Of Defense
Location Hill air force base Utah United states 84056

1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only.  As permitted by FAR Part 10, this is a market research tool being utilized for informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy for a possible Request for Proposal (RFP), to be issued at a later date, and in determining whether any type of small business set-aside is possible for this acquisition or whether full and open competitive procedures should be utilized. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.

1.1 The proposed North American Industry Classification Systems (NAICS) Code is 541513 which has a corresponding Size standard of $37.0M. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.

2. Program Details:

2.1 The OC-ALC at Tinker AFB and WR-ALC at Warner Robins AFB has a requirement for the implementation and sustainment of the Maintenance Business System Modernization (MABSM) program which is comprised of Impresa and the Maintenance, Repair, and Overhaul (MRO) applications to be implemented for the Oklahoma City (OC-ALC) and Warner Robins (WR-ALC) Aircraft Groups.

2.2 The services provided by the contractor are required to ensure MRO requirements for AFSC are met. The MRO System is the Enterprise Resource Planning (ERP) tool for an all-inclusive Depot process from induction to sale of assets. The contractor is required to maintain, modernize, customize, and ensure compliance with the ever-changing AF needs.

2.3 The Impreza and MRO application which includes, but is not limited to, the following:

1) Positive Inventory Control (PIC) Fusion Compliance of serialized assets used in the management of Nuclear Weapons Related Materials (NWRM)

2) 5th Gen Aircraft support

3) Configuration Management

4) Application administration over maintenance and sustainment operations

5) Financial management, tracking, reporting

6) Electronic Work Control Documents (eWCD)

7) Asset material management

8) Maintenance Planning

9) Scheduling

10) Predictive maintenance analysis

11) Maintenance analysis

12) Network analysis

13) Aircraft availability

14) Work execution

15) Work order document creation

16) Project management

17) Workflow collaboration

18) Quality management

19) Labor personnel management

20) Ad Hoc Reporting

21) Dashboards

22) Document management

23) Roughcut capacity

24) Production reporting

25) Job and line routing

26) Supply integration

27) Material ordering

28) Time and attendance (TAA)

29) Other specialized handling

30) Constraint Management

31) Resource Management

32) Forecasting and modeling

33) Material kitting and tracking

3.    Instructions:

3.1 The Government requests interested parties provide the following information (please limit your response to no more than 5 pages):

a. Company Name and Commercial and Government Entity (CAGE) code.

b. Name, phone number, and email address for point of contact(s).

c. The applicable NAICS code for this acquisition is 541513. Based on this NAICS code what is your size status?

         Small Business

         Small Disadvantaged

         Women‐Owned

         Veteran‐Owned

         Service-Disabled Veteran Owned

         Hub‐zone

         8(a)

         Large Business

d. Are you currently registered in SAM and WAWF?

e. The NAICS Code selected for this potential requirement is 541513, which has a size standard of $37.0M. If you disagree that 541513 is the proper NAICS Code, please submit that comment to the requiring activity along with what NAICS Code you believe this should be classified under.

f.  You are encouraged to provide any documentation to support your business's capability in meeting the requirements described in this Sources Sought. Failure to provide this type of documentation may result in the Government being unable to adequately assess your business’s capabilities to provide the work.

g. Please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.

h. Questions relative to this market survey should be addressed to the contacts provided below. The question must contain a phone number and email address for responses.

i. Please provide all responses to this survey to include any questions or comments you might have to the requiring activity no later than Thursday, 24 September 2024 at 4:00 pm MST to the attention of Jason Neering via email: [email protected].

Bid Protests Not Available