Requirements Sourcing Tool (RST) + Data Ontology Support
ID: FA300225Q0003Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3002 338 ESS CCJBSA RANDOLPH, TX, 78150-4300, USA

NAICS

Other Computer Related Services (541519)
Timeline
  1. 1
    Posted Oct 31, 2024, 12:00 AM UTC
  2. 2
    Updated Oct 31, 2024, 12:00 AM UTC
  3. 3
    Due Nov 14, 2024, 10:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking information from qualified sources regarding a potential sole-source contract for the Requirements Sourcing Tool (RST) and Data Ontology Support, intended for Palantir Technologies. The procurement aims to provide sustainment and maintenance support for the Force Generation Operations & Readiness Requirements Sourcing Tool, which is critical for managing deployment data and ensuring operational readiness within the Air Force Personnel Center. Interested parties are invited to submit their capabilities through a Contractor Capability Survey and provide feedback on a draft Performance Work Statement (PWS) by November 14, 2024. For further inquiries, interested vendors can contact Melissa Gonzalez at melissa.gonzalez.6@us.af.mil.

Point(s) of Contact
Files
Title
Posted
Oct 31, 2024, 6:37 PM UTC
The Air Force Personnel Center (AFPC) requires contractor support for the Requirements Sourcing Tool (RST) and data ontology maintenance. This Performance Work Statement (PWS) outlines the tasks and responsibilities of the contractor, including the management and sustainment of a data system that supports deployment data management through an Extract Transform and Load (ETL) process. The contractor will oversee aspects such as a Supervisor Dashboard, sourcing and un-sourcing requirements, and MilPDS sourcing functions, ensuring system functionality at least 95% of the time, as measured by daily inspections. Key deliverables include regular quality control plans, meeting reports, and a transition-out plan for smooth contract completion. Security requirements stipulate the necessity for security clearances and compliance with information protection regulations. The contractor is responsible for maintaining effective communication with the government and ensuring the project remains on schedule. This document serves as a detailed operational guideline to ensure that contractor services meet military readiness and operational requirements, emphasizing structured communication and compliance with quality and security standards.
Oct 31, 2024, 6:37 PM UTC
The document outlines a Request for Information (RFI) issued by the government for vendors interested in responding to a draft Performance Work Statement (PWS). Vendors are required to submit detailed information about their capabilities, including company identifiers, socio-economic statuses, and past experience relevant to the PWS. Specific inquiries include the company’s ability to provide the required support, which services would need subcontracting, experience in classified environments, and any existing contracting vehicles the vendor holds. Responses must be submitted electronically by a specified deadline, and must adhere to formatting guidelines to ensure clarity and compliance. The purpose of the RFI is to gather information to assess competitive market offerings that could enhance government operations and ensure compliance with regulatory standards.
Oct 31, 2024, 6:37 PM UTC
The document is titled "Industry Feedback PWS Worksheet" related to a federal Request for Proposal (RFP) identified as FA300225Q0003, dated October 30, 2024. It outlines a structured format for contractors to submit questions and comments specifically concerning the performance work statement (PWS) associated with the RFP. Each submission must be categorized as either contracting (C) or technical (T), and any relevant PWS section or paragraph should be referenced. The purpose of this worksheet is to gather industry feedback to enhance the clarity and effectiveness of the RFP process. By collecting input from contractors, the government aims to improve future solicitations and ensure that they meet industry standards and expectations. This initiative reflects an emphasis on collaboration between government entities and contractors, facilitating a more transparent and efficient procurement process.
Oct 31, 2024, 6:37 PM UTC
The document FA300225Q0003 outlines the government's intention to award a sole-source contract for the Requirements Sourcing Tool (RST) and Data Ontology Support to Palantir Technologies. It serves as a Request for Information (RFI), inviting input from industry regarding capabilities and performance expectations. The 338th Enterprise Sourcing Squadron at JBSA-Randolph, Texas, seeks feedback on a draft Performance Work Statement (PWS) and is soliciting a Contractor Capability Survey from interested parties. The anticipated contract will last for 12 months with four additional option periods, focusing on sustainment and maintenance for Air Force personnel operations. The notice emphasizes that it is not a binding solicitation, and responses will be used solely for acquisition planning. Interested firms must be registered in the System for Award Management (SAM) and submit responses by 14 November 2024. The structure of the document includes a disclaimer, a description of the requirement, acquisition information, and response submission instructions. This serves to gauge interest and capability while ensuring adherence to federal procurement rules. The primary aim is to ascertain whether a competitive procurement process is warranted.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Altair Software Renewal
Buyer not available
The Department of Defense, specifically the United States Air Force, intends to award a sole source contract to Altair Engineering, Inc. for the renewal of the Altair Enterprise Suite, which provides critical structural analysis and optimization capabilities. This procurement is aimed at fulfilling the simulation and analysis requirements essential for the RQVS and RQVC mission objectives, with a Firm-Fixed-Price Purchase order expected to be issued around April 30, 2024, and a performance period set from September 1, 2025, to August 31, 2026. While competitive quotations are not being solicited, the Government encourages responsible sources to submit capability statements that demonstrate compliance with the specified product characteristics within five days of the notice. Interested parties should direct their responses to Travis McCullough at travis.mccullough.1@us.af.mil by April 28, 2025, at 12:00 PM EST.
Remote Manifesting Resolution Center (RMRC) Follow-On Sources Sought
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking expressions of interest from both large and small businesses to provide functional, technical, and analytical support for the Remote Manifesting Resolution Center (RMRC) at Scott Air Force Base, Illinois. The procurement aims to gather information on vendors' capabilities to support the Global Air Transportation Execution System (GATES) and project management, including 24/7 operational support, data collection, reporting, and compliance with Department of Defense standards. This opportunity is critical for maintaining operational continuity and compliance in air transportation logistics, with a focus on ensuring data integrity and security. Interested parties must respond by April 28, 2025, and can direct inquiries to primary contact Andres Silva at andres.silva.8@us.af.mil or secondary contact Jessica Montgomery at jessica.montgomery.6@us.af.mil.
SEV STRATEGIC REPLENISHMENT CONTRACT
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Strategic Replenishment Contract (SRC) aimed at sourcing, acquiring, and delivering a wide range of common support equipment for aircraft and ground operations. This procurement involves approximately 500 National Stock Numbers (NSNs) across various Federal Supply Classes (FSCs), emphasizing the importance of maintaining existing military capabilities rather than initiating new programs. The contract will be set aside for small businesses and is expected to span a total of ten years, including a basic contract period of one year and nine additional ordering periods of twelve months each. Interested parties should direct inquiries to Shanika Brown at shanika.brown.1@us.af.mil or Reid Sawyer at reid.sawyer@us.af.mil, with proposals due by February 16, 2021.
CSO - Oracle Governance, Risk, and Compliance (GRC) Application Monitoring Tool
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the development of an innovative Governance, Risk, and Compliance (GRC) Application Monitoring Tool to enhance compliance monitoring and audit capabilities for the Defense Enterprise Accounting and Management System (DEAMS). The objective is to acquire a cost-effective solution that addresses specific functional requirements, including tracking configuration changes and supporting remote access, while ensuring compatibility with existing DEAMS infrastructure and adherence to Department of Air Force security standards. This procurement is part of a Commercial Solutions Opening (CSO) process, which emphasizes the need for innovative solutions that can close capability gaps and improve mission capabilities. Interested offerors must submit a white paper and an optional pitch deck by the specified deadlines, with the opportunity to present their proposals during a Pitch Day event in June 2025. For inquiries, contact Capt Mohamed Dharas at mohamed.dharas@us.af.mil or Mrs. Jennifer DeQuinzio at jennifer.dequinzio@us.af.mil by April 24, 2025.
Best Source Selector
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a Best Source Selector (BSS) unit to enhance data selection capabilities at the White Sands Missile Range. The contractor will be required to deliver one complete, functional BSS unit that meets specific technical specifications, including a 19-inch rack mount chassis and the ability to handle 16 input channels, all manufactured in the U.S. This procurement is critical for improving test and evaluation capabilities for future military operations, reflecting the Air Force's commitment to technological excellence. Interested vendors must submit their quotes by May 2, 2025, and can contact Nathan Jaye at nathan.jaye@us.af.mil or Chuck King at charles.king.42@us.af.mil for further information.
Platform One Solutions Marketplace (P1SM)/Commercial Solutions Opening (CSO)
Buyer not available
The Department of Defense, through the Department of the Air Force, is initiating the Platform One Solutions Marketplace (P1SM), an open call for innovative solutions aimed at enhancing the delivery of secure software and addressing capability gaps within the DoD. This initiative seeks to rapidly acquire cutting-edge technologies, processes, and methods that can be applied to meet emerging threats and opportunities, thereby ensuring the DoD remains agile and responsive. The P1SM allows U.S.-based companies, universities, non-profits, and compliant foreign entities to submit video pitches for their solutions, with submissions accepted monthly from September 23, 2024, to September 22, 2025. Awardable solutions will be eligible for funding and project deployments for 24 months post-assessment. For further inquiries, interested parties can contact Steven Groenheim at steven.groenheim.6.ctr@us.af.mil or Maj. Jamail Walker at jamail.walker.1@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) MQ-9 Test and Check Out (TACO) Telemetry Receiver System
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information from potential sources regarding the procurement of a Test and Check Out (TACO) Telemetry Receiver System. This system will be a rugged, transportable platform designed for outdoor use, featuring a shock-mounted rack system and cooling capabilities to ensure functionality in extreme conditions, particularly in desert environments. The Air Force intends to award a single Firm-Fixed Price/Cost Plus Fixed Fee contract for this requirement, with responses to the Request for Information (RFI) due by 5:00 PM EST on May 16, 2025. Interested parties should direct their responses to Matthew Ginder at matthew.ginder@us.af.mil, noting that the government will not compensate for any costs incurred in response to this RFI.
Logistics Readiness Capabilities: 561210 - RFI 16 April 2025
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information from potential contractors regarding Logistics Readiness Squadron Capabilities (LRS-C) services through a Supplemental Request for Information (RFI) issued on April 16, 2025. The objective is to assess industry interest and capabilities for a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) contract to support logistics operations across various Air Force bases, focusing on services such as materiel management, traffic management, vehicle maintenance, and transportation. This initiative is crucial for enhancing logistics support to meet the diverse operational needs of the Air Force, ensuring efficiency and responsiveness in logistics operations. Interested vendors must submit their responses by May 1, 2025, to the designated points of contact: Ms. Lisa Pendragon at lisa.pendragon@us.af.mil, Mr. Rick Thorp at richard.thorp.4@us.af.mil, and Ms. Katelyn Timmermann at katelyn.timmermann@us.af.mil.
Operational Test and Training Infrastructure (OTTI) Integrated Program Office (IPO) Request for Information (RFI)
Buyer not available
The Department of Defense, through the United States Space Force (USSF) Operational Test and Training Infrastructure (OTTI) Integrated Program Office (IPO), is seeking information from vendors capable of providing supplies and services to develop, integrate, and operate infrastructure for space testing ranges. The RFI focuses on gathering vendor contact information and capabilities related to infrastructure design, facilities development, network infrastructure, integration, and IT infrastructure services, specifically for classified environments. This initiative is crucial for enhancing the operational capabilities of the USSF while adhering to stringent security standards. Interested parties must submit their responses, including company information and a statement of capability, via email to the designated contacts by 5:00 PM MST on April 30, 2025, with a minimum facility clearance of TOP SECRET required at the time of submission.