The Remote Manifesting Resolution Center (RMRC) Performance Work Statement (PWS) outlines the requirements for providing functional, technical, and analytical support for the Headquarters Air Mobility Command located at Scott AFB, IL. The contract encompasses two main areas: support for the Global Air Transportation Execution System (GATES) and project management. Key tasks include 24/7 operational support for various Automated Information Systems, data collection and reporting, passenger and cargo manifesting, and assistance with Department of Homeland Security (DHS) security duties during outages. The contractor is responsible for creating reports, facilitating process improvements, and addressing data integrity concerns. Information assurance requirements necessitate that all system deliverables comply with Department of Defense standards. The PWS specifies personnel training, security clearance requirements, and guidelines for safety, data handling, and confidentiality, ensuring adherence to legal and regulatory frameworks. Performance metrics are established to monitor the effectiveness of service delivery, with objectives including timely reporting and accurate processing of manifest activities. The detailed structure of tasks and procedures set forth in this document emphasizes the critical role of the contractor in maintaining operational continuity and compliance for air transportation logistics.
The 763d Enterprise Sourcing Squadron (763 ESS) is seeking expressions of interest from both large and small businesses to provide functional, technical, and analytical support for the Remote Manifesting Resolution Center (RMRC) at Scott AFB, IL. This Sources Sought notice is not a solicitation for bids but aims to gather information on potential vendors' capabilities concerning specified tasks: Functional, Technical, and Analytical Support and Project Management Support. Interested businesses must demonstrate their competencies and past performance related to these tasks and outline their plans for utilizing subcontractors or partners, especially within small business categories, to meet procurement requirements. Contractors will need to hold a Secret Facility Clearance, and submissions must abide by the established criteria, including details on business size and suitability for NAICS Code 541614. Responses are due by April 28, 2025, directing any inquiries to the listed contracting officials. The document emphasizes the voluntary nature of responses and the government's lack of obligation to award contracts based on this announcement.