ARGUS Database Maintenance
ID: FA301624Z0041Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3016 502 CONS CLJBSA LACKLAND, TX, 78236-5286, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, intends to award a sole-source contract for the maintenance of the ARGUS Microsoft Access database to Frederick Kydd McMahon DBA Final Approach Dashboards. The contractor must possess extensive experience in maintaining the ARGUS database, particularly within the Air Force Reserve Command (AFRC) flying training pipeline, and be capable of providing support within three days of contract award. This database is critical for managing essential mission needs related to aircrew training, including tracking student information, training timelines, and graduation statistics. Interested parties must express their interest and capability by 12:00 PM Central on September 20, 2024, as this notice is not a request for competitive quotes. For further inquiries, contact Michelle Watkins at michelle.watkins.4@us.af.mil.

    Point(s) of Contact
    No information provided.
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    USAF Financial Improvement & Audit Remediation (FIAR) Support Follow-on
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE Congressional Data Subscription: The DEPT OF DEFENSE, specifically the DEPT OF THE AIR FORCE, is seeking a total small business set-aside for a comprehensive database system of federal legislative information. This system will provide the U.S. Air Force with access to track legislation and social media, analytics on legislators, contact information for legislative staff, and outreach tools to log meetings with legislators. It will also include email capabilities for sending mass emails. The system will consist of baseline data, derived analytics, official contact information, email tool, and custom contacts database. The system should enable customized functionality, capability to store, display, and download reports. The place of performance for this procurement is Andrews AFB, MD, USA. For more details, please refer to the attached documents.
    MABSM Implementation and Sustainment for the Oklahoma City (OC-ALC) and Warner Robins (WR-ALC) Aircraft Groups
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the implementation and sustainment of the Maintenance Business System Modernization (MABSM) program for the Oklahoma City (OC-ALC) and Warner Robins (WR-ALC) Aircraft Groups. This procurement aims to support the Maintenance, Repair, and Overhaul (MRO) applications, which are critical for managing the entire Depot process from asset induction to sale, ensuring compliance with evolving Air Force requirements. Interested parties, particularly small businesses including 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned concerns, are encouraged to respond to this Sources Sought notice by providing their company information, size status, and relevant experience by September 24, 2024, at 4:00 PM MST, to Jason Neering at jason.neering@us.af.mil.
    NOTICE OF INTENT TO AWARD SOLE SOURCE - Airfield Lighting Control System Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for the maintenance of the Airfield Lighting Control System at Joint Base Andrews in Maryland. This procurement, authorized under 10 U.S.C. 3204(a)(5), aims to ensure the inspection and preventative maintenance of the airfield lighting system, which is critical for safe airport operations. The contract will be awarded to ADB Safegate, based in Columbus, Ohio, and interested parties are invited to submit their capability statements within five days of this notice. For further inquiries, interested vendors can contact Mara Scally at mara.scally@us.af.mil or Zachary Finley at zachery.finley.3@us.af.mil.
    Notice of Intent to Award of ServiceNow to Mandatory Source
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Research Laboratory (AFRL) at Kirtland AFB, New Mexico, intends to award a mandatory source purchase order to Carahsoft Technology Corp for IT services related to ServiceNow. This procurement is not a request for proposal, indicating that it will proceed without competitive bidding, as Carahsoft is designated as the Department of Defense's Enterprise Software Initiative (DoD ESI) Mandatory Source for ServiceNow, which is critical for supporting AFRL's ongoing mission. The notice will remain open for 15 days, during which inquiries can be directed to Angela Tolson at angela.tolson@spaceforce.mil or by phone at 505-846-9162.
    Notice of Sole Source Purchase- BaseConnect
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has issued a Sole Source Purchase notice for BaseConnect, indicating that this procurement is not open to competition. The contract is set aside under the 8(a) program, which is designed to assist small disadvantaged businesses, and it falls under the NAICS code 513210 for Software Publishers. The goods and services being procured are related to aircraft ground servicing equipment, highlighting the importance of reliable software solutions in supporting military operations. Interested parties can reach out to Heather Long at heather.long.10.ctr@us.af.mil or by phone at 580-213-7179 for further inquiries, although no quotes will be accepted for this notice as it has already been awarded to BaseConnect.
    BAK-12 Arresting System Spare Parts Single Source Notice
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure spare parts for the BAK-12 Arresting System, with the intention to award a contract to Curtiss-Wright Flow Control Service, LLC, as the sole source provider. The procurement is essential for maintaining the operational readiness of the BAK-12 system at Ebbing Air National Guard Base in Arkansas, as these parts are critical for aircraft landing equipment and must be sourced from the original equipment manufacturer to avoid warranty voids and potential system damage. Interested vendors are required to submit capability statements by September 23, 2024, at 11:00 AM CST, to the primary contacts, Jarrod Ford and Kelsey L. Brightbill, via email, as the government evaluates whether to proceed with a competitive procurement or continue with the single-source approach.
    Repair of the A-10 RDTU/UDTU
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the A-10 Redesigned Data Transfer Unit (RDTU) and associated components. The procurement includes a comprehensive scope of work that requires contractors to develop production surge plans, counterfeit prevention strategies, and various reporting requirements related to government property and maintenance activities. These units are critical for ensuring the operational efficiency of military aircraft systems, emphasizing the importance of compliance with stringent military standards and cybersecurity measures. Interested vendors must submit their proposals by October 16, 2024, and can direct inquiries to primary contact Darin Rector at daren.rector@us.af.mil or secondary contact Hunter Doney at hunter.doney@us.af.mil.
    Notice of Intent to Award to DH Tech
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Research Laboratory (AFRL) at Kirtland AFB, New Mexico, intends to award a sole source contract to DH Tech for its critical Information Technology (IT) requirements. This procurement is based on the unique technologies provided by DH Tech, which are deemed essential for the ongoing missions of the AFRL. The contract falls under the NAICS Code 541519 and PSC Code DA10, with a size standard of $34 million, highlighting the specialized nature of the services being sought. Interested parties may direct inquiries to Cesar Miranda at cesar.miranda@us.af.mil or by phone at 505-846-8570, with the notice open for clarifications for 15 days from the announcement date.
    Notice of Intent for Sole-source Action: EMR Curriculum Materials
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is planning to negotiate a sole-source contract for the procurement of Emergency Medical Responder and Emergency Care and Transport curriculum materials. The government requires 300 units of the "Emergency Medical Responder 7th Edition Premier - Fisdap Bundle" and 457 units of the "Emergency Care and Transport 12th Edition Premier with Fisdap Bundle," which are essential for training emergency medical responders. The sole-source provider identified for these materials is Jones & Bartlett Learning, located in Burlington, Massachusetts, as they are the only known commercial entity capable of fulfilling this requirement. Interested parties may submit capability statements or quotations for consideration, with responses due by the specified deadline, and the anticipated award date is on or before September 30, 2024. For inquiries, contact David Woodford at david.woodford.2@us.af.mil.
    Notice of Intent to Award DA 13 (Data Analysis) Synopsis
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for Data Analysis Services to BAE Systems Information and Electronic Systems Integration Inc. for the 72nd Test Squadron at Whiteman Air Force Base, Missouri. The contractor will be responsible for analyzing data from the Adaptable Communications Suite (ACS) and conducting hardware functionality tests on aircraft, providing essential technical data to support test objectives and operational decisions. This follow-on contract is critical for ensuring the effective performance and evaluation of hardware and software used during military testing operations. Award is anticipated on or after September 21, 2024, and inquiries should be directed to Lynn Duchene at lynnann.duchene@us.af.mil or SSgt Ryan Hopkin at ryan.hopkin@us.af.mil.