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
Protected Tactical Enterprise Service (PTES) Protected Tactical Waveform (PTW) over Protected Tactical SATCOM-Global (PTS-G) Joint Hub Variant (JHV) Technical Capability Sources Sought Request for Information (RFI)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information from qualified contractors regarding the Protected Tactical Enterprise Service (PTES) and its Joint Hub Variant (JHV) for the Protected Tactical SATCOM-Global (PTS-G) system. The objective of this Request for Information (RFI) is to gather insights on the cost, schedule, and effort required to modify the existing Wideband Global SATCOM (WGS) Joint Hub design for use at commercial GEO gateways, enhancing capabilities for tactical warfighters. The PTES is crucial for providing anti-jam wideband satellite communications, and the successful contractor will be responsible for various tasks, including system design, software upgrades, and compliance with cybersecurity standards as outlined in relevant documents such as MIL-STD-188-164C and NIST SP 800-53. Interested parties must submit their responses by 12:00 PM Pacific Time on April 21, 2025, to Scott Lucas at scott.lucas.1@spaceforce.mil, and are encouraged to include their experience and technical competencies related to SATCOM systems.
Best Source Selector
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of a "Best Source Selector" device, as outlined in solicitation number FA9101-25-Q-B039. This procurement aims to acquire a Diversity Combiner/Best Source Selector unit from GDP Space Systems, which is essential for enhancing data selection capabilities at White Sands Missile Range, with specific requirements including rack mountability, support for at least 16 input channels, and compliance with Range Commanders Council standards. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation method, with quotes due by April 14, 2025, and a mandatory delivery timeframe of 30 weeks post-award to Holloman Air Force Base in New Mexico. Interested vendors can reach out to Nathan Jaye at nathan.jaye@us.af.mil or Chuck King at charles.king.42@us.af.mil for further inquiries.
USAF Rapid Development Integration Facility (RDIF) Supplies, Services, and Deliverables Sources Sought
Buyer not available
The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is seeking information from qualified 8(a) small businesses to support the Rapid Development Integration Facility (RDIF) at Wright-Patterson AFB, Ohio. The procurement aims to identify potential sources capable of providing a range of supplies, services, and deliverables, including touch labor, material support, engineering services, and aircraft modifications, to meet urgent warfighter needs. The RDIF plays a crucial role in delivering rapid adaptive engineering solutions and is integral to the Air Force's modernization efforts. Interested parties are encouraged to submit their capability statements and relevant experience to the designated contacts by the specified deadline, as this is a market research initiative and not a formal solicitation.
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.
Peculiar Support Equipment IDIQ
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide production and repair data for Peculiar Support Equipment (PSE) under a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract, projected to extend through FY30. The objective is to gather expertise and capabilities to meet qualification requirements for various National Stock Numbers (NSNs) related to aircraft maintenance and support, with a focus on ensuring operational readiness and safety. This procurement is critical for maintaining and servicing aviation equipment, as it encompasses a range of tools and equipment necessary for effective military operations. Interested parties must submit their Contractor Capability Surveys by April 7, 2025, to the designated contacts, Jack McDonald and Aliscia Pitts, via their respective emails.
Common Regulator Test Stands (CRTS)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of three Common Regulator Test Stands (CRTS) to be delivered to Tinker Air Force Base in Oklahoma. This procurement is a sole source acquisition directed to Mission Systems Davenport, and it includes specific requirements for delivery, training, and compliance with various federal regulations. The solicitation emphasizes the importance of these test stands for aircraft maintenance and repair operations, ensuring that the Air Force can maintain operational readiness. Interested contractors must submit their quotes by April 18, 2025, and can direct inquiries to Madelyn Thompson at madelyn.thompson@us.af.mil or Jason Shirazi at Jason.Shirazi@us.af.mil.
Air Force Test and Analysis Tool (AFTAT) Information Technology (IT) Program Update to STARLIMS Technology Platform 12.7 and Conversion to a Full HTML 5 Interface
Buyer not available
The Department of the Air Force is soliciting proposals for the Air Force Test and Analysis Tool (AFTAT) Information Technology (IT) Program, which involves updating the STARLIMS technology platform to version 12.7 and converting its interface to a full HTML5 format. The project aims to enhance data accessibility and operational efficiency by providing real-time access to quality data generated from various aviation support tests, replacing the outdated XFD interface currently in use. Vendors must demonstrate experience with STARLIMS programming and provide comprehensive support, including program management, system analysis, technical support, and training, while adhering to USAF cybersecurity standards. Proposals are due by 3:00 PM EST on April 8, 2025, and should be submitted via email to Meredith Setterfield and Richard Saltsman. The anticipated award date for the contract is April 22, 2025, with a total small business set-aside under FAR 19.5.
RFI Anchore Analyzers Alternative
Buyer not available
The Department of Defense, specifically the U.S. Air Force Lifecycle Management Center (AFLCMC), is seeking information from vendors regarding alternative software solutions to Anchore Analyzers through a Request for Information (RFI). The objective is to gather insights on software capabilities that can generate Software Bill of Materials (SBOMs), perform vulnerability scanning, and support various programming languages, while also integrating with CI/CD processes via API or CLI functionalities. This inquiry is crucial for enhancing cybersecurity measures within government operations, ensuring compliance and security in software development. Interested vendors should submit their responses using the provided Excel spreadsheet to the designated contacts, Maj. Jamail Walker, Kyle Hamby, and Martha Pittman, by the specified deadline, as this RFI is strictly for information gathering and does not involve contract awards or payments.
SPRTA1-25-R-0087 (2840-01-443-4069NZ)
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of Liner Augmentors specifically designed for the F-100 aircraft. The solicitation includes four line items, with a total requirement of 84 units for one item and smaller quantities for the others, all made from cobalt-based alloy. These components are critical for ensuring the operational readiness and performance of military aircraft, reflecting the government's commitment to maintaining high-quality standards for national defense applications. Interested vendors should note that the estimated issue date for the Request for Proposals (RFP) is April 11, 2025, with responses due by May 11, 2025; inquiries can be directed to Alson Dacalio at alson.dacalio@us.af.mil or by phone at (405) 739-8448.