Vehicle Management Data Analysis and Tools
ID: FA851725R0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8517 AFSC PZAACROBINS AFB, GA, 31098-1670, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
  1. 1
    Posted Oct 25, 2024, 12:00 AM UTC
  2. 2
    Updated Nov 1, 2024, 12:00 AM UTC
  3. 3
    Due Nov 25, 2024, 5:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a federal contract titled "Vehicle Management Data Analysis and Tools." The primary objective of this procurement is to assist the 441 Vehicle Support Chain Operations Squadron (VSCOS) in analyzing vehicle management data and providing stand-alone database tools to enhance vehicle management processes. This initiative is crucial for improving operational efficiency across 257 locations by ensuring data integrity and modernizing vehicle management systems. Interested parties can contact Steve Renfroe at Carlos.renfroe.1@us.af.mil for further details regarding the solicitation, which is categorized under NAICS code 541330 for Engineering Services.

Point(s) of Contact
Files
Title
Posted
Nov 1, 2024, 3:13 PM UTC
The document cannot be analyzed or summarized due to its inability to display content, suggesting a technical issue with the PDF viewer rather than the presence of meaningful text. To proceed with the task of summarizing government files related to federal and state RFPs, grants, or similar documents, access to a readable version of the content is necessary. Without it, identifying main topics, key ideas, supporting details, or the structural components of the document remains impossible. Efforts should be made to correct the reading capabilities or obtain a different format of the document for effective analysis and summarization.
Nov 1, 2024, 3:13 PM UTC
The document appears to be intended for individuals seeking information on federal and state RFPs (Requests for Proposals) and grants, specifically regarding assistance with accessing or understanding these government opportunities. It highlights the importance of obtaining an updated version of Adobe Reader to ensure full accessibility to the content. The focus is likely on facilitating the application process for various funding sources that can support projects beneficial to communities or organizations. While details are not provided in the text presented, the context suggests a resource aimed at educating potential applicants about governmental funding avenues and the technical requirements to navigate relevant documentation effectively. This emphasis on ensuring proper software access indicates a commitment to making federal and state resources more user-friendly for interested parties.
Nov 1, 2024, 3:13 PM UTC
The document is currently inaccessible, providing only a message regarding potential compatibility issues with PDF viewers. Therefore, it does not contain any substantive information for summarization. For a more comprehensive analysis, one would need access to the actual content of the government file concerning federal RFPs, grants, or state and local RFPs. In general, such documents typically outline funding opportunities, application processes, eligibility criteria, and guidelines for submission, aiming to solicit proposals for various government projects or initiatives. Without the file's specific details, a meaningful summary cannot be compiled at this time.
Nov 1, 2024, 3:13 PM UTC
The document appears to be an inaccessible PDF that is unable to be displayed properly. There are instructions provided for upgrading Adobe Reader for better compatibility, highlighting potential issues with the viewer rather than offering specific information. Thus, no main topic, key ideas, or supporting details are available for summarization. As such, the content cannot be analyzed for government RFPs, federal grants, or state/local RFPs, as it does not contain the necessary substantive material. It ultimately indicates the need for proper software to view the intended contents, which remain unexamined.
Nov 1, 2024, 3:13 PM UTC
The document is a government solicitation (FA8517-25-R-0001) for engineering services regarding automatic test support equipment at Langley Air Force Base, issued by Robins AFB, GA. The primary purpose is to solicit offers for a firm-fixed-price contract to analyze the supply chain, refine system processes, and oversee the health of the supply chain over a period of 60 months with defined Contract Line Item Numbers (CLINs) for different service components, including travel. Key services include specific engineering tasks outlined in a Performance Work Statement, with requirements for inspections, acceptances, and quality assurances at the destination site. The contract includes provisions for various option periods, travel reimbursements, and detailed reporting and compliance under federal regulations, including the Buy American Act and labor rights notification. The solicitation emphasizes contractor responsibilities, timely submission of offers, adherence to quality standards, and regulatory compliance, reflecting the necessity of maintaining high operational readiness in military contexts. This document exemplifies the structured and detailed nature of government Requests for Proposals (RFPs), ensuring accountability and clear expectations in acquiring specialized services.
Oct 25, 2024, 2:17 PM UTC
The document represents a Request for Proposal (RFP) issued by the U.S. Air Force for engineering services focused on analyzing the equipment supply chain at Langley Air Force Base. The RFP outlines the provision of both Firm Fixed Price (FFP) and Cost Reimbursement No Fee (CRNF) contracts, emphasizing a performance duration of up to 60 months from the award date, with various options for extensions. It stipulates the provision of professional services to refine supply chain processes and ensure operational oversight. Key elements include requirements for labor performed on U.S. government sites, security clearance needs, and adherence to the Defense Priorities and Allocations System (DPAS) regulations for rated orders. The RFP showcases a structured schedule with specific Contract Line Item Numbers (CLINs) for distinct services, including travel needs and contract access fees associated with the performance of engineering services. The document further details compliance expectations around inspections, acceptance criteria, and special contract clauses. This RFP emphasizes the government’s efforts to enhance supply chain efficiency and maintain high standards in service delivery, reinforcing the importance of solid partnerships within federal contracting mechanisms.
Nov 1, 2024, 3:13 PM UTC
This Performance Work Statement (PWS) outlines the services needed for the analysis and management of vehicle data within the Air Force, specifically for the Vehicle Support Chain Operations Squadron (VSCOS). The primary objective is to support enterprise-level vehicle management data analysis and the maintenance of various database tools, including the Personal Computer – Vehicle Management Tool (PC-VMT), DPAS Data Quality (DDQ) Tool, and the Federal Automotive Statistical Tool (FAST). Key tasks include converting legacy system data to be compatible with current systems, maintaining reporting tools, training personnel, and performing data cleansing and additional analyses as required. The acquisition aims to enhance the capabilities of the USAF by improving vehicle management processes, benefiting operational efficiency across 257 locations. The contractor is responsible for adhering to specific performance metrics, ensuring the quality of deliverables, maintaining government property, and following security protocols. The contract has a performance period of 12 months with four options for extension, emphasizing accountability and transparency throughout the execution of the services provided. Overall, this PWS reflects the USAF's commitment to modernizing its vehicle management and ensuring high standards of data integrity and utility.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Final Drive, Vehicular
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a firm-fixed-price contract to supply Final Drive components for vehicles, identified under solicitation SPRDL1-25-R-0092. This procurement is set aside exclusively for small businesses and includes a five-year contract with a minimum order quantity of 25 units and a maximum of 731 units, emphasizing the importance of compliance with military standards and environmental regulations. The components are critical for vehicular power transmission, ensuring operational readiness and reliability within military logistics. Interested vendors must submit their proposals by May 6, 2025, and can contact Sabrina Krafft at sabrina.krafft@dla.mil or 586-467-1177 for further information regarding the solicitation and technical data access requirements.
25--ARM,CONTROL,VEHICUL
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 10 units of the ARM, CONTROL, VEHICUL (NSN 2530015838546). This solicitation is a Total Small Business Set-Aside and aims to acquire vehicular equipment components, specifically motor vehicle steering and suspension components, which are critical for maintaining military vehicle functionality. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all submissions must be received within 168 days after the award date. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil.
STEERING UNIT,AIRCR
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of 103 units of the Steering Unit, Aircr, under solicitation number SPRHA1-25-R-0577. This acquisition specifically targets aircraft parts and auxiliary equipment, particularly for F-16 landing gear components, which are critical for military operations. The solicitation is open to all businesses, including small and disadvantaged enterprises, emphasizing the importance of on-time delivery and compliance with military standards throughout the procurement process. Interested parties must submit their proposals by May 12, 2025, and can reach out to Kitty Lam at kitty.lam@us.af.mil or by phone at 385-519-8181 for further information.
Drive Unit, NSN: 1650-01-340-6328, PN: C36909-002, ALT PN: 16M002-821
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of a Drive Unit, identified by NSN: 1650-01-340-6328, PN: C36909-002, and ALT PN: 16M002-821. This contract is aimed at acquiring essential components for aircraft hydraulic, vacuum, and de-icing systems, which are critical for the operational readiness and safety of military aircraft. The procurement falls under the NAICS code 336413, focusing on the manufacturing of other aircraft parts and auxiliary equipment. Interested vendors should reach out to John Nolan at john.nolan.8@us.af.mil or call 405-855-3000 for further details regarding the solicitation process.
FUEL CONTROL,MAIN,T
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of fuel control components for motor vehicle gasoline engines, classified under NAICS code 336310. The acquisition is unrestricted and emphasizes compliance with stringent quality assurance standards, requiring contractors to maintain detailed supply chain traceability documentation for a period of ten years. This procurement is crucial for ensuring the reliability and efficiency of military vehicle operations, with proposals due by May 12, 2025. Interested parties can contact Michelle L Parker at 385-519-8190 or via email at michelle.parker.2@us.af.mil for further details.
AIR DATA COMPUTER
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking a contractor for the repair of an Air Data Computer, identified by PR: N00383-25-Q-R161, with part number D51610-1904. This procurement falls under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing, and is classified under PSC code 1680 for miscellaneous aircraft accessories and components. The Air Data Computer is a critical component used in various aircraft systems, ensuring accurate data for flight operations. Interested parties should note that this opportunity is set aside for 8(a) sole source under FAR 19.8, and they can contact Michael J. Keith at (215) 697-2193 or via email at MICHAEL.J.KEITH40.CIV@US.NAVY.MIL for further details.
25--FENDER,VEHICULAR
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of vehicular fenders, specifically NSN 2510006705984, under a Combined Synopsis/Solicitation notice. The requirement includes a total quantity of 92 units, with an estimated annual order frequency of 11, and a guaranteed minimum quantity of 13 units, to be delivered within 86 days after order placement. These fenders are critical components for various military vehicles, ensuring operational readiness and safety. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil. The contract may result in an Indefinite Delivery Contract with a total value not exceeding $250,000 over its one-year term.
16--NFS CHASSSIS,AIRCRA, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of NFS Chassis, Aircraft, under the contract title "16--NFS CHASSSIS,AIRCRA, IN REPAIR/MODIFICATION OF." The procurement aims to ensure that the aircraft components are restored to a Ready for Issue (RFI) condition, adhering to stringent quality control and inspection requirements as outlined in the Statement of Work. These components are critical for maintaining operational readiness and reliability of military aircraft. Interested contractors must comply with various quality assurance standards and are required to submit their proposals, with a focus on meeting the established Repair Turnaround Time (RTAT) of 296 days post-receipt of assets. For further inquiries, potential bidders can contact Joseph K. Pace at 215-697-1255 or via email at joseph.k.pace8.civ@us.navy.mil.
FD2030-25-01096
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation Oklahoma City, has issued a Special Notice for the procurement of aircraft hydraulic, vacuum, and de-icing system components under the NAICS code 336413. This opportunity aims to source essential parts and auxiliary equipment necessary for the maintenance and operation of military aircraft, highlighting the critical role these components play in ensuring aircraft safety and functionality. Interested vendors are encouraged to monitor the solicitation process, as further details will be provided once the contracting officer approves the solicitation, with inquiries directed to the primary contact at 421SCMS.Requirements@us.af.mil.
2520011608074
Buyer not available
The Defense Logistics Agency (DLA) Land & Maritime is seeking sources for a long-term contract related to various National Stock Numbers (NSNs) associated with military vehicular components, including clutch disks, towing brackets, and wiring harnesses. The procurement aims to identify businesses capable of manufacturing these critical items, which are essential for maintaining military vehicle operability and readiness. Interested suppliers are required to complete a market survey and provide information regarding their capabilities and interest in the contract, with submissions due by November 27, 2025. For further inquiries, potential respondents can contact Brent Wahle at brent.wahle@dla.mil or Tracy Holmes at Tracy.Holmes@dla.mil.