MABSM Implementation and Sustainment for the Oklahoma City (OC-ALC) and Warner Robins (WR-ALC) Aircraft Groups
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Presolicitation (Original)
- Original Published Date: Oct 22, 2024 09:50 am MDT
- Original Response Date: Nov 06, 2024 04:00 pm MST
- Inactive Policy: Manual
- Original Inactive Date: Nov 20, 2024
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: DA01 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR)
- NAICS Code:
- 541513 - Computer Facilities Management Services
- Place of Performance: USA
Description
This is a Pre-Solicitation/Synopsis notice for an immediate and critical need of the Air Force to implement and sustain the Maintenance Business System Modernization (MABSM), current system of record name for the Ogden Air Logistics Center (OO-ALC) Maintenance Repair Overhaul (MRO), utilizing customized Impresa software, for the Aircraft Maintenance Groups (AMXGs) located at Oklahoma City Air Logistics Center (OC-ALC) and Warner Robbins Air Logistics Center (WR-ALC).
This requirement is for a 2 year 6 month Firm Fixed Price IDIQ contract that the government intends to award sole source to System Implementers Cage Code 1FNW9. System Implementers is the only Contractor with the knowledge to implement the systems at OC-ALC and WR-ALC in the required timeframe without duplication of costs and risk of failure. The anticipated request for proposal/contract will consist of the following CLINs:
0001 WR-ALC Complex AMXG Implementation FFP MO PoP 2 years
0002 WR-ALC Complex AMXG Sustainment FFP MO PoP 2 years
0003 WR-ALC Complex Travel CNF LO PoP 2 years
0004 WR-ALC Special Projects FFP MO PoP 2 years
0005 WR-ALC Implementation FFP MO PoP 2 years
0006 Data (CDRLs) FFP LO PoP 2 years
0007 OC-ALC Complex AMXG Implementation FFP MO PoP 2 years
0008 OC-ALC Complex AMXG Sustainment FFP MO PoP 2 years
0009 OC-ALC Complex Travel CNF LO PoP 2 years
0010 OC-ALC Special Projects FFP MO PoP 2 years
0011 OC-ALC Implementation FFP MO PoP 2 years
1001 WR-ALC Complex AMXG Implementation FFP MO PoP 6 Months Option
1002 WR-ALC Complex AMXG Sustainment FFP MO PoP 6 Months Option
1003 WR-ALC Complex Travel CNF LO PoP 6 Months Option
1004 WR-ALC Special Projects FFP MO PoP 6 Months Option
1005 WR-ALC Implementation FFP MO PoP 6 Months Option
1006 Data (CDRLs) FFP LO PoP 6 Months Option
1007 OC-ALC Complex AMXG Implementation FFP MO PoP 6 Months Option
1008 OC-ALC Complex AMXG Sustainment FFP MO PoP 6 Months Option
1009 OC-ALC Complex Travel CNF LO PoP 6 Months Option
1010 OC-ALC Special Projects FFP MO PoP 6 Months Option
1011 OC-ALC Implementation FFP MO PoP 6 Months Option
Period of Performance (PoP) is anticipated to start in November 2024 with a with a 2.5 year PoP. The solicitation number is expected to be FA822425R0002.
Description
This is a critical effort for the Air Force to implement, customize, configure, train, and sustain MABSM for the Aircraft Maintenance Groups (AMXGs) at Warner Robins Air Logistics Center (WR-ALC) and Oklahoma City Air Logistics Center (OC-ALC).
The contractor shall provide on-site project management, analytical, implementation, technical services, training, and sustainment. The contractors shall provide skilled labor in support of business management oversight, data configuration management, process standardization, implementation services, and user/configuration functional training services specific to the MABSM application. The contractor shall plan, manage, organize, direct, schedule and control all resources, processes, activities, and tasks to accomplish the requirements of the PWS through specific task orders provided by the Government in a PWS or SOO.
Attachments/Links
Contact Information
Contracting Office Address
- BLDG 1289 CP 801 777-8958 6038 ASPEN AVE
- HILL AFB , UT 84056-5805
- USA
Primary Point of Contact
- Jason Neering
- jason.neering@us.af.mil
- Phone Number 8015868885
Secondary Point of Contact
- Jacob Molnar
- jacob.molnar@us.af.mil
- Phone Number 8017776491
History
- Nov 27, 2024 09:55 pm MSTPresolicitation (Updated)
- Oct 22, 2024 09:50 am MDTPresolicitation (Original)
- Oct 09, 2024 09:55 pm MDTSources Sought (Original)