This is a Request for Information (RFI), as defined in Federal Acquisition Regulation (FAR) 15.201(e). The Air Force Life Cycle Management Center (AFLCMC), PEO Digital, International C2 & Sensors Division (AFLCMC/HBN) is seeking information on vendors' capability to perform sustainment and on-site support options for a partner nation's (OCONUS) Air Operations Center. These capabilities, as described in the attached Statement of Work, must seamlessly sustain (and/or integrate if new solutions are applicable) with the current Air Operations Center (AOC) among other requirements.
RFI Submission Instructions
Interested vendors must complete Appendices 1 and 2 based on review of the Statement of Work included in this RFI. Vendors shall provide a capability statement to support their ability to perform the required services. Vendor's capability statement shall include current and past experiences supporting, maintaining, and integrating Air Operation Centers CONUS and OCONUS.
Response should be single-spaced, Times New Roman, 12-point font, with one-inch margins all around, compatible with Microsoft Office Word 2007, and with a total page count not to exceed twenty-five (25) pages. Response, including attachments, shall not exceed 10 MB. Each page of your package shall be printable on 8 1 2 x 11 paper. Please note that some email systems may block file types such as .zip or other macro-enabled extensions; respondents should verify receipt.
Any response submitted by respondents to this request constitutes consent for that submission to be reviewed by military personnel, Government civilians, DoD contractors, and Partner Nation. All Government and DoD contractor personnel reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use, and protection from unauthorized disclosure of, proprietary information.
To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. The Government shall not be liable for damages related to proprietary information that is not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to the RFI will not be returned.
Respondents are advised that the Government is under no obligation to provide feedback with respect to any information submitted. All submissions become Government property and will not be returned. The responses may be forwarded to other Government entities in consideration for applicability to other programs.
This RFI is issued solely for information purposes. Any information submitted by respondents to this request is strictly voluntary. This is not a request for proposal, request for quotation, or invitation for bid, nor does its issuance obligate or restrict the Government to an eventual acquisition approach. The Government does not intend to award a contract based on responses from this RFI or pay for the preparation of any information submitted or for the use of such information. All information received from this RFI will be used for planning and market research purposes only. Not responding to this RFI does not preclude participation in any future RFP, if any is issued.
Vendor Questions:
All questions regarding this RFI should be submitted no later than 12:00PM Eastern Time, 18 December 2023 by e-mail to the Contracting Officer, Ms. Myrka Mikhail, at myrka.mikhail@us.af.mil with a courtesy copy to Mr. Christopher McCabe, at christopher.mccabe.5@us.af.mil. The U.S. Government will provide answers to all questions no later than 20 December 2024.
RFI Response Due Date
Interested vendors must provide their responses to this RFI no later than 12:00PM Eastern Time, 10 January 2024 by e-mail to the Contracting Officer, Ms. Myrka Mikhail, at myrka.mikhail@us.af.mil, with a courtesy copy to Mr. Christopher McCabe, at christopher.mccabe.5@us.af.mil.
Background
The Air Force Life Cycle Management Center (AFLCMC), PEO Digital, International C2 & Sensors Division (AFLCMC/HBN) is seeking information on vendors' capability to perform sustainment and on-site support options for a partner nation's (OCONUS) Air Operations Center. The capabilities must seamlessly sustain (and/or integrate if new solutions are applicable) with the current Air Operations Center (AOC) among other requirements.
Work Details
This Statement of Work (SOW) describes the tasks to be performed by the Contractor for sustainment and logistic support of the Air Operations Center (AOC) program for a Partner Nation including operating, maintaining, and supporting the fielded system. The AOC program was previously delivered under a development contract action, and the intent is to provide Operations and Maintenance (O&M) support and execute Engineer Change Proposals (ECPs) as approved by the USG.
System support services comprise the necessary efforts required to support and maintain the AOC system through its lifecycle. Support functions required to maintain the system include, but are not limited to, sustainment engineering, program management, data management and deliverables, cybersecurity systems engineering and management, specialty engineering, logistics support, supply chain management, test and evaluation for system and subsystem modifications, and OCONUS field service support to Partner Nation activities including replacement of failed items, preventative and operational maintenance, on-the-job training, and system familiarization tasks.
Period of Performance
The RFI Response Due Date is 12:00PM Eastern Time, 10 January 2024.
Place of Performance
The geographic location(s) where the contract will be performed are not explicitly provided in the solicitation.