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
    Description

    The Department of Defense, specifically the U.S. Air Force, is seeking proposals for the Vehicle Management Data Analysis and Tools project, aimed at enhancing vehicle management processes through data analysis and the development of stand-alone database tools. The primary objective is to provide enterprise-level support for the analysis and cleansing of Air Force vehicle management data, as well as to maintain and update various database tools, including the Personal Computer – Vehicle Management Tool (PC-VMT) and the Federal Automotive Statistical Tool (FAST). This initiative is crucial for improving operational efficiency across 257 locations and ensuring high standards of data integrity within the Air Force's vehicle management systems. Interested parties can contact Steve Renfroe at Carlos.renfroe.1@us.af.mil for further details, with the contract performance period set for 12 months and options for extension available.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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
    Mobile DICE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the procurement of a mobile Intelligence Mobile Analysis Vehicle (IMAV) designed to support deployable Joint Worldwide Intelligence Communications System (dJWICS) operations. The IMAV must accommodate three to four personnel, be operational within 10 minutes of deployment, and feature off-road capabilities with a payload capacity exceeding 2000 lbs. This vehicle is crucial for enhancing military intelligence operations by providing a secure, mobile platform for real-time communications and situational awareness. Interested parties should submit their capability statements, including company information and relevant experience, to the primary contact, SrA Kristal Powell-Harris, at kristal.powellharris@us.af.mil, or the secondary contact, Margaret Young, at margaret.young.6@us.af.mil, by the specified deadlines.
    NTV Lease ID/IQs- Al Udeid Air Base
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking proposals for the leasing of non-tactical vehicles at Al Udeid Air Base in Qatar, under the solicitation RFQ number FA570225QC007. The procurement aims to establish two Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts to provide up to 800 vehicles, ensuring compliance with Qatari regulations and maintaining operational readiness through effective vehicle management and maintenance. This initiative is critical for supporting U.S. Air Force operations and enhancing combat airpower capabilities. Interested contractors must submit their proposals by November 6, 2024, and can direct inquiries to Capt. Charles Goldstein at charles.goldstein.1@spaceforce.mil or by phone at 313-455-4004.
    Tyndall AFB Short Term Vehicle Rental
    Active
    Dept Of Defense
    The Department of Defense, through the 325th Contracting Squadron, is seeking sources for a Short Term Vehicle Rental Indefinite Delivery Indefinite Quantity (IDIQ) contract at Tyndall Air Force Base, Florida. The procurement aims to establish a contractor capable of providing a diverse fleet of 50-300 vehicles, including compact cars, SUVs, and minivans, with specific requirements for vehicle age, condition, and safety features, to support military operations. This service is crucial for ensuring operational readiness, as vehicles will be utilized for scheduled exercises and must be available with flexible rental options. Interested vendors must submit their capabilities and company information by 1:00 PM Central Time on October 29, 2024, to the designated government contacts, and must be registered in the System for Award Management (SAM) to be eligible for future awards.
    Overhaul of B-1 Hydraulic Motors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a contract focused on the overhaul of B-1 Hydraulic Motors, with a firm fixed-price requirements contract anticipated for one year starting December 2024. The contractor will be responsible for providing all necessary materials, labor, and expertise to restore government-furnished reparables to a like-new condition, ensuring compliance with stringent quality standards and technical specifications. This procurement is vital for maintaining the operational readiness of military aircraft, reflecting the Air Force's commitment to reliable maintenance and parts supply. Interested vendors must submit their proposals by November 13, 2024, and can direct inquiries to Dessie Breslin at dessie.breslin@us.af.mil or David O'Rourke at david.orourke@us.af.mil.
    HQ AFMC/A4N Logistics, IT, & Enterprise Architecture Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Headquarters Air Force Material Command (AFMC), is seeking sources for Logistics, IT, and Enterprise Architecture support at Wright Patterson AFB, Ohio. The primary objective of this procurement is to identify qualified small businesses capable of providing comprehensive logistics IT services, including data management, IT security, document management, and analytics, to enhance operational agility and support the AF A4 Data Strategy. This initiative is crucial for modernizing logistics processes and ensuring data integrity within the Air Force, particularly in the context of Great Power Competition. Interested parties must submit a capabilities package by October 26, 2024, demonstrating their expertise and compliance with the specified requirements, including a current Secret Facility Clearance. For further inquiries, contact Dominic McClung at dominic.mcclung@us.af.mil or Lauren Love-Edwards at Lauren.love-edwards@us.af.mil.
    New Heavy Construction Machinery (Non-Lease) with On-Site Maintenance & Warranty Plans – Holloman AFB, New Mexico
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking vendors to provide new heavy construction machinery (non-lease) along with on-site maintenance and warranty plans for a prototype project at Holloman Air Force Base in New Mexico. This initiative, authorized under 10 U.S.C. 4022, aims to engage nontraditional defense contractors or small businesses, requiring that at least one-third of the project’s funding comes from non-government sources. The project is critical for developing a business process prototype that will inform future large-scale machinery procurements, ensuring operational efficiency and minimal downtime. Interested vendors must submit detailed proposals, including technical capabilities and pricing, by November 8, 2024, and can contact Greggory Jones or Andrew Waggoner for further information.
    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 a contractor to implement and sustain the Maintenance Business System Modernization (MABSM) for the Aircraft Maintenance Groups at the Oklahoma City Air Logistics Center (OC-ALC) and Warner Robins Air Logistics Center (WR-ALC). This procurement involves a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract for a period of 2 years and 6 months, focusing on the implementation of customized Impresa software, project management, user training, and ongoing support to ensure system accuracy and compliance with quality control measures. The selected contractor will play a critical role in enhancing maintenance practices within the Air Force, with the anticipated solicitation number being FA822425R0002 and a projected start date in November 2024. Interested parties can reach out to Jason Neering at jason.neering@us.af.mil or Jacob Molnar at jacob.molnar@us.af.mil for further inquiries.
    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 range of requirements such as the development of production surge and counterfeit prevention plans, as well as various reporting obligations related to government property and inventory management. These items are critical for maintaining operational efficiency in military aviation, ensuring that aircraft avionics systems function reliably. Interested contractors 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.mil.
    DEPARTMENT OF THE AIR FORCE STRATEGIC TRANSFORMATION SUPPORT (DAFSTS II) FOLLOW-ON RFP
    Active
    Dept Of Defense
    The Department of the Air Force is soliciting proposals for the Strategic Transformation Support (DAFSTS II) initiative, which aims to establish a multi-award indefinite delivery/indefinite quantity (IDIQ) contract over a five-year period. This procurement seeks to provide Advisory and Assistance Services (A&AS) and Professional Services to enhance the operational efficiency and effectiveness of the Department of the Air Force and other federal agencies through strategic transformation initiatives. The contract is structured into two tiers, with Tier 1 targeting vendors with experience in Fortune 50 companies and Tier 2 focusing on those with Fortune 200 experience, emphasizing the importance of corporate experience in addressing complex challenges. Interested parties must submit their proposals by November 22, 2024, at 1:00 PM, and can direct inquiries to the primary contact, AFSTS Org Box, at afdw.pkpks.afsts@us.af.mil. The total ceiling for this contract is set at $3.75 billion.
    16--FLIGHT MANAGEMENT C, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of Flight Management components. The procurement aims to ensure that these critical aircraft parts are restored to a Ready for Issue (RFI) condition, adhering to stringent quality and inspection standards as outlined in the Statement of Work. These components are vital for the operational readiness of military aircraft, emphasizing the importance of timely and effective repair services. Interested contractors should contact John Maier at 215-697-2782 or via email at JOHN.A.MAIER@NAVY.MIL for further details, with the expectation of a thorough proposal submission process to follow.