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
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.
FMS REPAIR - FPMU STEPUP GEARBOXN00383-25-Q-R116
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting quotes for the repair of the FPMU Stepup Gearbox under solicitation number N00383-25-Q-R116. Contractors are required to submit either a firm-fixed price or Time and Materials (TT&E) pricing along with estimated repair costs for the Government Furnished Property (GFP), ensuring that all repairs meet approved manuals and standards. This procurement is critical for maintaining operational readiness, as it aims to restore items to a Ready For Issue (RFI) condition, with oversight from the Defense Contract Management Agency (DCMA) to ensure compliance. Interested contractors should direct inquiries to Elise Anzini at elise.anzini@navy.mil or call 215-697-2243 for further details.
AVPOL Fuel Management System
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking a qualified vendor to provide an AVPOL Fuel Management System with Offload Accounting capabilities for use at Fairchild Air Force Base in Washington. This web-based software solution is designed to enhance the efficiency of boom operators by allowing them to submit in-flight refueling data and manage the DD Form 791 transaction process while still in-flight, thereby ensuring compliance with Department of Defense standards and security protocols. The procurement is critical for improving operational efficiency and accuracy in fuel management during air operations. Interested parties can reach out to Benjamin Hampton at benjamin.hampton.1@us.af.mil or by phone at 509-247-2234 for further information, noting that no solicitation will be posted under this notice as it is a publication of the limited sources justification in accordance with FAR 8.405-6.
CONTROLLER,DATA ENT
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of data controllers under the solicitation titled "CONTROLLER, DATA ENT." The contract will focus on the supply of items that require unique identification and valuation, with specific quality assurance standards and inspection protocols outlined, including compliance with FAA certification for parts. This procurement is critical for ensuring the integrity and reliability of supplies used in defense operations, emphasizing the importance of sourcing from government-approved suppliers. Interested vendors should direct inquiries to Gina Palumbo at 267-660-8638 or via email at GINA.PALUMBO@DLA.MIL, with proposals due by the specified deadline.
B-1 Torque Motors
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair of B-1 torque motors utilized in military aircraft, as outlined in a Sources Sought Synopsis. The contractor will be responsible for providing all necessary labor, materials, facilities, and equipment to accomplish repair, testing, preservation, and packaging, while also managing supply chain logistics and forecasting for parts. This procurement is critical for maintaining operational readiness and safety of military aircraft, with specific estimated repair requirements for various part numbers and National Stock Numbers (NSNs) detailed in the opportunity. Interested vendors, including small and veteran-owned businesses, are encouraged to submit their business information and inquiries to the designated contacts, with no current solicitations available and a focus on gathering market research for future acquisition strategies.
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 procurement is crucial for maintaining aircraft hydraulic, vacuum, and de-icing system components, which are essential for the operational readiness of military aircraft. Interested vendors should note that the primary contact for this solicitation is John Nolan, who can be reached at john.nolan.8@us.af.mil or by phone at 405-855-3000 for further inquiries. The solicitation details and submission deadlines will be provided in the official notice.
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.
25--STRUT ASSEMBLY,VEHI
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of 132 units of the Strut Assembly, Vehicle (NSN 2510015647838). This solicitation aims to establish an Indefinite Delivery Contract (IDC) for a term of one year or until the total orders reach $250,000, with an estimated four orders per year and a guaranteed minimum quantity of 19 units. The items are critical components for vehicular equipment and will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS). 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 solicitation details can be accessed through the DLA's electronic platform, with no hard copies available.
25--ARM,STEERING GEAR
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 13 units of the ARM, STEERING GEAR, identified by NSN 2530011090453. This solicitation is a Total Small Business Set-Aside, aimed at manufacturers within the Motor Vehicle Steering and Suspension Components industry, specifically under NAICS code 336330. The goods are critical components for vehicular equipment, ensuring operational efficiency and safety in military vehicles. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The delivery is required within 168 days after order, and the solicitation can be accessed through the DLA's online platform.
LTC - 2510-015678335
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is preparing to issue a presolicitation for a firm-fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) contract for the procurement of National Stock Number (NSN) 2510-015678335, which pertains to vehicular windows. This acquisition is crucial for maintaining the operational readiness of military vehicles, with an estimated annual demand quantity of 721 units, and will include a base period of three years along with two optional one-year periods. Interested small businesses are encouraged to participate in this opportunity, as the solicitation will be set aside for total small business participation, with a projected issue date around April 29, 2025, and a response deadline estimated for May 29, 2025. For further inquiries, potential offerors can contact Marshall Lynn at marshall.lynn@dla.mil or Norma Brookins at Norma.Brookins@dla.mil.