Alabama Bids > Bid Detail

Launcher Database Management Systems (LDMS)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159731381259918
Posted Date: Apr 20, 2023
Due Date: May 5, 2023
Solicitation No: W31P4Q-23-R-0024
Source: https://sam.gov/opp/430621021b...
Follow
Launcher Database Management Systems (LDMS)
Active
Contract Opportunity
Notice ID
W31P4Q-23-R-0024
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC RSA
Office
W6QK ACC-RSA
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-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Apr 20, 2023 11:23 am CDT
  • Original Response Date: May 05, 2023 04:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: R702 - SUPPORT- MANAGEMENT: DATA COLLECTION
  • NAICS Code:
    • 518210 - Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services
  • Place of Performance:
    Redstone Arsenal , AL 35898
    USA
Description

Synopsis:



The Army Contracting Command - Redstone Arsenal, Alabama 35898, on behalf of the Strategic and Operational Rockets and Missiles (STORM) Project Office, Program Executive Office Missiles and Space, hereby issues the following Sources Sought/Request for Information to ascertain the level of interest of potential vendors desiring to contract for a license for use of a standard logistics database that provides lifecycle tracking data in support of the Performance-Based Logistics (PBL) Contract. This requirement is for an annual license fee for use of the Launcher Database Management Systems (LDMS) Database under the Life Cycle Launcher Support Contract. This effort will be firm-fixed price contract consisting of a base year and four (4) one-year options. The LDMS provides lifecycle-tracking data that enables timely and cost-effective modifications and repair for weapon systems. It utilizes client/server architecture and encompasses standard logistics and information management processes for all aspects of an operations system with wide range of capabilities that enhances system management.



THIS IS A REQUEST FOR INFORMATION (RFI) ONLY - This RFI is released pursuant to FAR 15.201(e). It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested parties' expense. In the past, these requirements have been restricted to DataMill, LLC, PO Box 1711, Weatherford, TX 76086, CAGE Code 4UA41 under the basis of the statutory authority permitting other than full and open competition 10.U.S.C 2304(c)(1), as implemented by Federal Acquisition Regulation 6.302-1(a)(2)(iii)(A)&(B) "Only One Source and No Other Supplies or Services Will Satisfy Agency Requirements." However, all responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. All offerors must meet prequalification requirements in order to be eligible for award.



Background:



The Life Cycle Launcher Support team of the STORM Logistics Division (LD) requires a standard logistics database that provides lifecycle-tracking data in support of the PBL Contract. STORM LD requires continuous visibility of high costs repairable spares as well as rapid and traceable shipments of serviceable spares to deployed units. STORM LD also requires continuous visibility of returned of unserviceable items for repair to ensure continued readiness of the overseas contingency operations deployed fleet as well as support for non-deployed units. This database shall have the ability to interface with contractor Field Services Representatives, and government personnel within the U.S. Army and U.S. Marine Corps. In order to fulfill this requirement, a commercially available subscription tool is required. The tool must contain the following attributes:




  • Client/Server Architecture

  • Encompasses Standard Logistics

  • Stock Control and Distribution

  • Lifecycle Availability Analysis

  • Maintenance Data Collection

  • Calibration Status

  • System Status Reporting

  • Secure We-Based Interfaces



The license subscription shall be for one year from date of contract award with four (4) option years.



Purpose and Limitations:



The Government's intent is to better understand the current state-of-the-art capabilities and strategies to determine the best solution. Industry feedback is vitally important and the Government will be receptive to any and all ideas. Proprietary information is neither solicited nor prohibited; however, if submitted, it should be appropriately marked. Please limit formal white paper submissions to no more than 10 pages, to include cover letter. In addition, five attachments consisting of briefing slides, pre-printed commercial brochures or sales literature may be included. Any attachments should be limited to no more than 10 pages per attachment. All items must be in Microsoft Office 2003 (or later) format or Adobe PDF format and should be free of all computer viruses.



The information provided may be used by the Army in developing its acquisition strategy and in its Statement of Work/Statement of Objectives or Performance Specifications. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the beta.sam.gov website. It is the responsibility of any potential offeror to monitor beta.sam.gov website for additional information pertaining to this requirement. Multiple awards may be pursued depending on industry response.



All questions and industry responses shall be submitted electronically via email to Army Contracting Command-Redstone, Scott E. Leach, Contracting Officer, email: scott.e.leach.civ@army.mil and Robert L. Johnson, Contract Specialist, email: robert.l.johnson4.civ@army.mil. Verbal questions will NOT be accepted. The Government does not guarantee that questions received after 05 May 2023 will be answered. The POCs for this RFI is Scott E. Leach, email scott.e.leach.civ@army.mil and Robert L. Johnson, email robert.l.johnson4.civ@army.mil .



Responses must be received no later than 05 May 2023 and must be in compliance with all applicable Army, DoD and Federal policies. All material submitted in response to this RFI must be unclassified and properly marked. Submissions will not be returned.



Contracting Office Address:

Department of the Army, Army Contracting Command - Redstone



CCAM-PF-B, BLDG. 111 Hankins Road, Rm 314,



Redstone Arsenal, Alabama 35898





Place of Performance:



Army Contracting Command - Redstone `



CCAM-PF-B, BLDG. 111 Hankins Road, Rm 314,



Redstone Arsenal, Alabama 35898 (United States)


Attachments/Links
Attachments
Document File Size Access Updated Date
RFI for LDMS_20 April 2023 Final.pdf (opens in new window)
473 KB
Public
Apr 20, 2023
file uploads

Contact Information
Contracting Office Address
  • AMCOM CONTRACTING CENTER MISSLE
  • REDSTONE ARSENAL , AL 35898-5090
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 20, 2023 11:23 am CDTSources 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 >