Supplier Assessment Services

Agency: DEPT OF DEFENSE
State: Federal
Type of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
  • Q - Medical Services
  • R - Professional, Administrative and Management Support Services
Posted: Apr 5, 2024
Due: Apr 19, 2024
Solicitation No: W56KGY-24-R-B096
Publication URL: To access bid details, please log in.
Follow
Supplier Assessment Services
Active
Contract Opportunity
Notice ID
W56KGY-24-R-B096
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-APG
Office
W6QK ACC-APG
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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 05, 2024 03:50 pm EDT
  • Original Published Date: Apr 05, 2024 03:43 pm EDT
  • Updated Response Date: Apr 19, 2024 12:00 pm EDT
  • Original Response Date: Apr 19, 2024 12:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: May 04, 2024
  • Original Inactive Date: May 04, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 541511 - Custom Computer Programming Services
  • Place of Performance:
Description View Changes

Request for Information (RFI): Supplier Assessment Services



ACC-APG, is conducting this RFI to identify proven, SaaS (Software as a Service) Commercial Off the Shelf (COTS) / Non-Developmental Item (NDI) software and/or hardware to apply data, analytics, and indicators for reducing parts shortages.



BACKGROUND



Today, The Army and its industry partners are caught in a reactionary posture with regard to delays and challenges in parts and materiel solutions for the warfighter. The Army lacks visibility into subcontractor and supply chain issues spanning financial, technical, material, labor and more, which create unanticipated challenges for the prime contractor and ultimately deficiencies for the Army.



Reversing this posture and gaining a proactive position toward materiel readiness support requires a new mode of operating, including comprehensive data, analytics, leading indicators, and modeling to understand market dynamics that cause delays ahead of their impact and decision aids that provide actionable recommendations to avoid problems before they occur.



REQUIRED CAPABILITIES



Provide proven, mature COTS/NDI SaaS that leverages commercial data, AI/ML capabilities, and analytics to configure a solution tailored to the Army’s requirements. The SaaS should be able to leverage robust indicators that will provide insight into overall industrial base health for weapon systems, for specific sectors, and for every part. Indicators will include both supply and demand factors to assess supplier health, viability, and availability, industrial base resilience, and pinpoint misalignment between supply and demand. It will identify the factors driving supply risks, mitigation strategies, and demonstrate how industrial base assessment can be conducted from the weapon system level down to each individual part. It will combine supply and demand analysis in a single comprehensive framework to equip the Army with the information required to prioritize risks and execute mitigation actions. The SaaS should use a holistic and robust data ecosystem that combines the Army’s demand side data and weapon system BOMs (Build of Material) with the vendor’s supply data, commercial data, and industrial base data for ongoing monitoring and analysis by Army personnel.





OTHER INFORMATION REQUIRED



Interested parties should address the following information in addition to the capability’s requirements listed above.




  1. Owner of vendor’s software and owner of vendor’s patent.

  2. Regarding the vendor’s API (Applicable Programable Interface), what security measures are in place and who has access to supplied information.





RESPONDING TO THIS RFI



Any interested party shall submit a white paper in response to the above capabilities.



The white paper shall be due no later than 10 business days after the posting of this RFI. The response date denoted on SAM.Gov shall hold precedence. Vendors may submit any questions related to this RFI, no later than 9 business days after the posting date. RFI responses are limited to ten (10) pages, not including cover, and administrative pages. All RFI responses shall include a table with the following:



Company name, company address, size/designation of company, overnight delivery address (if different from mailing address), DUNS Number, CAGE code, point of contact, e-mail address, telephone number, and fax number. Additionally, please state if your company is foreign owned, either directly or indirectly.



Certification of business size (large or small) under NAICS code 541511 "Custom Computer Programming Services". Also provide socioeconomic categories if a small business (i.e. large, small disadvantage, veteran-owned, woman-owned, etc.).



Interested parties are requested to respond to this RFI in Microsoft Word Office compatible format. Responses shall be written using a 12-point font size or larger. This RFI is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect cost or charges will arise as a result of the submission of a company's or corporation's information.



The Government shall not be liable for or suffer any consequential damage for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations and requirements. The Government does not guarantee that this RFI will result in a Request for Proposal (RFP) or contract award. The Government will not provide reimbursement for any costs incurred by vendors who respond to this RFI.



All questions and responses relating to this notice shall be sent via email to the below with the Subject, (Supplier Assessment Services - "Your Company Name")



Raymond Bailey (raymond.c.bailey2.civ@army.mil)



In accordance with Federal Acquisition Regulation PART 10.001, the results of this Market Survey will primarily be used to develop the Government's acquisition approach and will be used to determine if sources capable of satisfying the agency's requirements exist. This is NOT a request for proposal and does not constitute any obligation by the Government to award a contract based on the findings from the survey. The Government will not reimburse interested sources or respondents to notice, or any follow-on notice, for any costs incurred in association with this announcement or for subsequent exchange of information. All requests for further information must be in writing and via email; telephonic requests for additional information will not be honored.


Attachments/Links
Contact Information
Contracting Office Address
  • DIV C HQ CECOM CONTRACTING CTR 6565 SURVEILLANCE LOOP
  • ABERDEEN PROVING GROU , MD 21005-1846
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

Apr 9, 2024[Sources Sought (Updated)] Supplier Assessment Services
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...: DA10 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A ...

DEPT OF DEFENSE

Bid Due: 5/15/2024

...SOFTWARE) NAICS Code: 541511 - Custom Computer Programming Services Place of Performance: Description...: ...

ENERGY, DEPARTMENT OF

Bid Due: 5/24/2024

...AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE) NAICS Code: 541511... - ...

INTERIOR, DEPARTMENT OF THE

Bid Due: 6/10/2024

...- BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE NAICS Code: 541511 - Custom... ...

ENERGY, DEPARTMENT OF

Bid Due: 5/24/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.