Common Source Database (CSDB) Technical Order Viewer

Agency: DEPT OF DEFENSE
State: Ohio
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD00159720172487804
Posted Date: Aug 18, 2023
Due Date: Sep 4, 2023
Solicitation No: AFLCMC
Source: Members Only
Follow
Common Source Database (CSDB) Technical Order Viewer
Active
Contract Opportunity
Notice ID
AFLCMC
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE LIFE CYCLE MANAGEMENT CENTER
Sub Command 2
INTELLIGENCE, SURVEILLANCE, RECONNAISSANCE
Office
FA8691 AFLCMC WINK SENSORS
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 18, 2023 01:16 pm EDT
  • Original Response Date: Sep 04, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Sep 19, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 541511 - Custom Computer Programming Services
  • Place of Performance:
    Wright Patterson AFB , OH 45433
    USA
Description

THIS IS A SOURCES SOUGHT ONLY. This announcement constitutes a Sources Sought Synopsis (SSS) for the purpose of conducting market research only. No solicitation exists. This is not a request for a quote, request for proposal, or an invitation to bid, nor is this to be construed as a commitment by the US Government (Government) to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will not reimburse or pay for any information submitted in response to this SSS or any follow-up information requests.



The USAF, through Air Force Life Cycle Management Center (AFLCMC), is surveying the market to determine if any sources are capable of providing a Common Source Database (CSDB), Technical Order (TO) viewer and associated TO data conversion services that meet the below criteria.









Qualified Sources:



1. Company must be domestically owned and operated



2. Company must have in-depth knowledge of the USAF Technical Order process



3. Technology must be capable of technical order management with multiple levels of security



4. Technology must be capable of evaluating and converting Original Equipment Manufacturer (OEM) source data to current issue S1000D



5. Technology must be able to provide data in a digital format in accordance with USAF and Military standards outlined in TO 00-5-1 and TO 00-5-3



6. The interactive electronic technical manual (IETM) viewer must meet all mandatory functionality requirements listed in MIL-STD-3048C, Appendix B, Table B.2



7. The IETM viewer must allow for specific, role-based access via Common Access Card



8. The IETM viewer solution must be capable of utilization by customers and their OEM’s to edit/update technical data in real-time within an instance of the IETM (digital sandbox/virtual workspace)





The contractor will be responsible for providing all necessary resources and expertise required for the successful conversion of OEM Source Data (Operations and Maintenance) and providing all necessary resources and expertise to integrate, install, and provide user training on the viewer software. The contractor will also be responsible for providing all necessary technical data and artifacts to support installation approval and Authority to Operate/Authority to Connect (ATO/ATC) processes. Interested sources must provide specific details on how required technical data and expertise will be obtained.





Capabilities Package



The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet all stated requirements. The package shall also include the following information and address the questions below:



Company/Institute Name:



Address:



Point of Contact (to include phone number and email address):



CAGE Code:



Facility Clearance (Active or Non-active):



Web Page URL:



Size of business pursuant to NAICS 541511 Custom Computer Programming Services, size standard is 27.5 million dollars. Based on this NAICS Code, state whether your company is a:



Small Business (Yes / No) Self-Certified or Third Party Certified



Women-Owned Small Business (Yes / No) Self-Certified or Third Party Certified



Economically Disadvantaged Women-



Owned Small Business (Yes / No) Self-Certified or Third Party Certified



HUBZone Certified (Yes / No) Self-Certified or Third Party Certified



Veteran Owned Small Business (Yes / No) Self-Certified or Third Party Certified



Service Disabled Veteran Owned Small Business (Yes / No) Self-Certified or Third Party Certified



8(a) Certified (Yes / No) Self-Certified or Third Party Certified



SBA Certification Date: ____________ SBA Graduation Date: ______________



All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. The NAICS code for this requirement, if applicable to the company's capabilities, should be included in the company's NAICS code listing in SAM.



Respondents should also state whether they are interested in being a prime contractor for this requirement or a subcontractor.





Questions: The following responses are requested for informational purposes only and do not constitute discriminating factors.



Is your company and technology currently certified, or capable of certification (Facility/ATC/ATO) for Air Force Network (AFNet) and Secure Internet Protocol Network (SIPRNet)?



Can your company manage data in multi-level security spaces and networks?



Is your viewer customizable based on user input?



What are the hardware, software, and operating system requirements for your S1000D viewer/IETM (ie. PC, Mac, Mobile, Windows, IOS, etc.)?



Does your software solution provide quality control checks for data being converted/formatted to S1000D or imported from another S1000D source?



Does your CSDB solution and IETM viewer have any file size limitations?



Does your IETM viewer meet any of the optional functionality requirements listed in MIL-STD-3048C, Appendix B, Table B.3 in regard to:



-Annotations (Personal annotations, redlining text, and graphics)?



-Access (Tailoring via profile, login/logout)?



-Delivery and Distribution (Print and/or physical media delivery)?



-External Processes (Reporting, data collection and aggregation, external system integration, LogIT)?



-Functionality Category Annotations (pdf action complete indicators)?



-Graphics Functionality (3D modeling)?



-Linking (Hot reference)?



-Navigation and Tracking (Audit trail, histories, bookmarks, commands)?



-Special Content (Animated graphics support, audio file support)?



Has your company’s technology and/or IETM viewer solution been utilized by the USAF? If so, which programs?





This is an INDUSTRY NOTIFICATION and is for INFORMATION PURPOSES ONLY. This is NOT A SOLICITATION. In accordance with FAR 15.201, this announcement shall not be construed as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this notice or otherwise pay for information solicited.





All submissions are requested to be made electronically by 1700 EST on 04 September 2023 to AFLCMC.WA.ProjectCSDB@us.af.mil. Marketing materials are considered insufficient and direct/succinct responses to the request above are preferred. Please limit responses to 10 pages. The font shall be Times New Roman and no smaller than 10-point with at least a one-inch margin.





The Government reserves the right to contact the submitting parties as required for further clarification on material provided. In addition, the Government will use its assessment of the information and other research to determine which sources appear qualified to perform the work required by the Government. Respondents will not be notified of the results of the assessment.



There is no restriction on who can respond to this SSS. However, if submitting company proprietary information, please be sure it is clearly marked. To aid the Government, please segregate proprietary information to the maximum extent possible. All submissions become Government property and will not be returned. The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 937 656 4204 2530 LOOP RD W BLDG 7 RM 218
  • WPAFB , OH 45433-7101
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Aug 18, 2023 01:16 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >