Vendor-Specific Supply Chain Risk Information Licenses
ID: F4FFBJ4339A001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8604 AFLCMC PZIWRIGHT PATTERSON AFB, OH, 45433-7228, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for vendor-specific supply chain risk information licenses to enhance its supply chain risk management capabilities. The primary objective is to gather comprehensive risk data related to suppliers, including company backgrounds, financial health reports, and credit assessments, to improve decision-making processes and mitigate vulnerabilities within the Air Force's global supply chain. This initiative is crucial for maintaining operational stability and security, aligning with the Air Force's strategic objectives. Interested vendors should contact Meredith Setterfield at meredith.setterfield@us.af.mil or Lisa Belew at lisa.belew@us.af.mil for further details, as the evaluation will focus on technical understanding and resource allocation in proposals.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a Single Source Justification within a simplified acquisition framework for federal procurement processes. It serves to establish the rationale for selecting a specific vendor without competitive bidding due to unique qualifications or availability of required services. This justification is particularly relevant in the context of government RFPs and grants, where timely acquisition is crucial for project continuity. Key aspects include the identification of specific needs, the reasons for single-source selection, and assurances regarding cost-effectiveness and project efficacy. The document highlights the importance of compliance with federal regulations while emphasizing the necessity of a swift procurement process to meet government objectives. Overall, it underscores the balance between regulatory oversight and operational efficiency in government contracting.
    The document outlines the evaluation criteria for proposals related to government contracts. It emphasizes that proposals must clearly demonstrate an understanding of the technical requirements and provide a sound technical approach. Additionally, it assesses whether the proposed labor hours and the skill mix of personnel are both reasonable and necessary to fulfill the government's needs. This criterion ensures that selected Offerors align with the specific objectives of the project, which is crucial for effective execution and compliance with federal standards. The focus on technical understanding and appropriate resource allocation is vital for maintaining project integrity and success within government RFPs and grants.
    The U.S. Air Force Materiel Command (AFMC) is seeking supply chain risk management (SCRM) assessment services to address various threats and vulnerabilities affecting its global supply chain. This Performance Work Statement (PWS) outlines the need for contractor support in enhancing visibility and stability within the supply chain by providing comprehensive vendor-specific risk data. Key tasks include gathering company background information, financial health reports, credit assessments, and corporate partnerships, all aimed at illuminating risks and improving decision-making processes. The PWS emphasizes quick responsiveness to deadlines and mandates that all data collected is owned by the government. The contractor will assist in assessing risks associated with suppliers at multiple levels of the Air Force hierarchy, ultimately contributing to the Air Force’s strategic objectives in securing its operational capabilities.
    Similar Opportunities
    Request for Information on Qualification of Additive Manufacturing Vendors for Airworthiness Parts
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, has issued a Request for Information (RFI) to qualify additive manufacturing vendors for the production of flight-critical components. This initiative aims to gather white papers detailing vendor capabilities in assessing airworthiness parts, focusing on quality management systems, material qualifications, process controls, design optimization, and compliance with relevant regulations. The DAF emphasizes the importance of a standardized qualifying approach to enhance the safety and operational readiness of its aircraft components through effective additive manufacturing. Interested vendors must submit their white papers by April 22, 2025, and can direct inquiries to Andrew Gross at andrew.gross.4@us.af.mil or Matthew Mercer at matthew.mercer.5@us.af.mil.
    SEV STRATEGIC REPLENISHMENT CONTRACT
    Buyer not available
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking proposals for the Strategic Replenishment Contract (SRC) aimed at sourcing, acquiring, and delivering a wide range of ground and aircraft common support equipment (CSE). The procurement involves approximately 500 National Stock Numbers (NSNs) from around 60 Federal Supply Classes (FSCs), which are critical for maintaining operational readiness and efficiency in military aviation. This contract, set aside for small businesses, will span a total of ten years, including a basic one-year period and nine additional ordering periods, with a total estimated value of up to $1.63 billion. Interested parties should direct inquiries to Shanika Brown at shanika.brown.1@us.af.mil or Reid Sawyer at reid.sawyer@us.af.mil, and proposals must be submitted by the specified deadlines outlined in the RFP documentation.
    Manufacturing Qualification Requirements (MQR) for Commodity Critical Safety and Critical Application Items (848 SCMG MQR)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to establish Manufacturing Qualification Requirements (MQR) for Commodity Critical Safety and Critical Application Items managed by the 848th Supply Chain Management Group (SCMG). Interested suppliers must submit a Source Approval Request (SAR) package to gain approval for manufacturing items listed in the attached Master Item List, which includes critical components for various aircraft operated by the U.S. Air Force. This procurement is vital for ensuring the safety, suitability, and effectiveness of military operations, as it encompasses items that require controlled manufacturing processes due to their critical nature. For further information, potential vendors can contact the primary representative at 848 SCMG/EN via email at 424SCMS.Workflow@us.af.mil or by phone at 405-736-2921.
    Counter-small Unmanned Aerial System Capabilities for Future Operations Division
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking information from qualified vendors regarding capabilities related to counter-small unmanned aerial systems (UAS) for its Future Operations Division. The objective of this sources sought notice is to identify potential solutions that can enhance operational effectiveness against small UAS threats. These capabilities are crucial for maintaining airspace security and ensuring mission success in various operational environments. Interested parties should reach out to Maj Rose Getschow at rose.getschow@us.af.mil for further details and to express their interest in this opportunity, which is based in Virginia, United States.
    TLD America Technical Data & Provisioning
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources to provide technical data and spares provisioning for flightline environmental units from TLD America, Inc. This initiative involves a Contractor Capability Survey aimed at identifying contractors capable of producing detailed Air Force Commercial Technical Manual documentation that meets U.S. Air Force standards, exceeding publicly available user manuals. Interested contractors, including small businesses, are encouraged to submit their qualifications, relevant experiences, and any teaming arrangements by March 20, 2025, to demonstrate their capabilities. For inquiries, interested parties may contact Robert Jackson at robert.jackson.62@us.af.mil or Kimberly Petty at kimberly.petty.2@us.af.mil.
    FA8307_RFI_Red_Hat_Openshift_Alternatives
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking information from qualified vendors regarding alternatives to the Red Hat OpenShift Platform Plus, which is currently utilized for application development and deployment. The government requires solutions that can operate across unclassified impact levels, support C++ software pipelines, and incorporate a DevSecOps approach to enhance security within development workflows. This initiative is crucial for maintaining productivity and compliance in software development processes. Interested vendors must submit their responses using the provided RFI template to the designated contacts, Geoffrey Bender and Elijah Simmons, by the specified deadline, noting that no contract awards will be made as a result of this RFI.
    REQUEST FOR INFORMATION (RFI) Support to the Air Force Distributed Common Ground System (DCGS) Systems Field Support (DSFS)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking information from potential contractors to support the Air Force Distributed Common Ground System (DCGS) Systems Field Support (DSFS). The procurement aims to sustain and maintain Radio Frequency (RF) services critical for Intelligence, Surveillance, and Reconnaissance (ISR) operations, including program management, hardware maintenance, and logistics support. This initiative is vital for ensuring operational readiness and effectiveness in military operations, with a minimum uptime requirement of 99.5% for the systems involved. Interested parties must submit their responses to the Request for Information (RFI) by March 28, 2025, and can direct inquiries to ShaNellda Harris at shanellda.harris@us.af.mil or Samantha Taylor at samantha.taylor.12@us.af.mil.
    Trusted and Elastic Military Platforms and Electronic Warfare (EW) System Technologies (TEMPEST)
    Buyer not available
    The Department of Defense, through the Air Force Research Laboratory (AFRL), is seeking proposals for the Trusted and Elastic Military Platforms and Electronic Warfare System Technologies (TEMPEST) initiative. This procurement aims to investigate and develop methodologies and technologies to enhance the cybersecurity and resilience of avionics systems, including manned and unmanned vehicles, against potential cyber threats. The program is critical for advancing the capabilities of Air Force and Department of Defense weapon systems in multi-domain environments, with an estimated funding amount of $808 million available for multiple awards ranging from $1 million to $200 million. Interested parties must submit their proposals by October 11, 2024, and can contact Timothy Matelski at timothy.matelski@us.af.mil or Richard Bailey at richard.bailey.26@us.af.mil for further information.
    Commercial and Economic Research and Innovation (CERI)
    Buyer not available
    The Department of Defense, through the Secretary of the Air Force Concepts Development and Management (SAF/CDM) and the Office of Commercial and Economic Analysis (OCEA), is issuing a Commercial Solutions Opening (CSO) for Commercial and Economic Research and Innovation (CERI) under the solicitation number FA7146-20-S-C001. This initiative aims to identify and mitigate commercial and economic risks to U.S. military advantage by soliciting innovative solutions from commercial partners, focusing on areas such as global commercial sector analysis, strategic research advancement, and modern IT solutions for economic data analysis. The CSO is structured in a two-step process, beginning with the submission of White Papers until September 1, 2025, followed by an Invitation to Propose for selected submissions, with awards anticipated to be made until September 30, 2025. Interested vendors can contact Contracting Officer Jennifer Villarreal at jennifer.villarreal.4@us.af.mil for further details.
    Integrated Project Management, Knowledge Management, and Service Management for Unified Platform
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center, is seeking information on integrated project management, knowledge management, and service management solutions for its Unified Platform Infrastructure Value Stream. The objective is to identify software systems that can enhance cloud-based cyber operations while ensuring compliance with Department of Defense cybersecurity standards and providing comprehensive training and support. This initiative is crucial for improving operational efficiency and aligning with the Air Force's strategic objectives in project and service management. Interested parties are invited to submit their responses to the Request for Information by March 18, 2025, and should include relevant details such as contract vehicles, CAGE, and DUNS numbers. For further inquiries, contact Karin Werner at karin.werner.1@us.af.mil or William Vallee at william.vallee.1@us.af.mil.