SOURCES SOUGHT
D -- Request for Information: Supply Chain Management-Enterprise Resource Planning (SCM-ERP) Solution Support for FAA ATO Configuration Logistics Maintenance Resource Solutions (CLMRS)
- Notice Date
- 10/14/2025 9:58:16 AM
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- 6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
- ZIP Code
- 73125
- Solicitation Number
- 6973GH-25-R-00TBD
- Response Due
- 10/31/2025 1:00:00 PM
- Archive Date
- 11/15/2025
- Point of Contact
- Stephanie Riddle, Phone: 4059544166
- E-Mail Address
-
stephanie.r.riddle@faa.gov
(stephanie.r.riddle@faa.gov)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- I. INTRODUCTION / PURPOSE The Federal Aviation Administration (FAA) Supply Chain Management - Enterprise Resource Planning (SCM-ERP) platform includes an IFS ERP with interfaces to other FAA systems. The FAA is seeking experienced expert services to advise the FAA on industry�s best practices for the technical and business process application of the IFS ERP within the FAA Supply Chain context. The contractor is expected to already possess expertise in applying the industry�s best practices in the application of the IFS ERP in a Supply Chain context and is expected to quickly gain an understanding and expertise on the FAA application and processes so as to advise and recommend courses of action to the FAA. Interested parties should review the attached Draft Performance Work Statement (PWS) and propose appropriate Labor Categories for the required services. This market survey announcement is issued in accordance with the FAA Acquisition Management System (AMS) Policy at 3.2.1.2.1. This is not a Screening Information Request (SIR) or Request for Proposal (RFP) of any kind. The responses to this Market survey will be used for informational purposes only. The FAA is not seeking or accepting unsolicited proposals. Responders are advised that the FAA will not pay for any information received or for administrative costs incurred in preparing a response to the Market survey. Any costs associated with responding to this survey are solely at the interested company�s expense. Companies who choose not to respond to this Request for Information (RFI) are not precluded from responding to future CLMRS requests. The FAA does not intend to publish the results of this Market survey. II. NATURE OF COMPETITION The acquisition strategy for this procurement has not been determined at this time. The FAA intends to consider the information provided in this RFI to develop FAA's future acquisition strategy. The FAA may use portions of the company�s responses in developing those strategies. III. BACKGROUND a. SERVICES OVERVIEW IFS Software is a Commercial of the Shelf (COTS) Enterprise Resource Planning (ERP) Software that the FAA configures for the FAA�s Supply Chain Management ERP (SCM-ERP) platform. The SCM-ERP platform is all-inclusive of the IFS ERP plus all the interfaces, systems, and technologies. The IFS ERP has been actively supporting the FAA since implementation in 2016. The FAA is currently upgrading from IFS App 10 to IFS Cloud with estimated completion in 2027. The IFS ERP interfaces with as many as 10 other systems performing functions related to Purchase Requests (PRs), Purchase Orders (POs), Shop Orders (SOs), Customer Orders (COs), Projects, Financial Administration, and multiple other functions supporting the FAA Supply Chain. The SCM-ERP platform (and thereby the IFS ERP) supports three (3) business sectors: 1. Facilities & Equipment Project Materiel Management (F&E PMM) responsible for deploying new systems to the National Airspace System (NAS). 2. The FAA Logistics Center (FAALC) who supplies parts to maintain existing systems within the NAS. 3. Configuration Management Automation (CMA) responsible for the system specifications throughout the NAS. The FAA plans to leverage industry input and best practices to continue to improve the efficiency and effectiveness of the FAA Supply Chain. In doing so, the FAA intends to address opportunities within the technical infrastructure, to implement additional functionalities within the IFS ERP, and to conduct Business Process Re-engineering (BPR) to make best use of the IFS ERP. Industry�s best practice experience and expertise is required to further progress toward these goals. IV. OBJECTIVES The new IFS Services should achieve the following high-level objectives: Improve the effectiveness and efficiency of the FAA Supply Chain by applying industry�s best practices, implementing additional functionalities available within the IFS ERP, and conducting BPR where applicable. Automate inefficient manual processes by leveraging the IFS ERP. Provide informed FAA-specific advice regarding the FAA SCM-ERP infrastructure, and both the Technical and Business Process applications of the IFS ERP. Achieve a base continuity of knowledge which is sustained through the ebb and flow of work for the SCM-ERP platform. Provide FAA-specific training when needed related to the IFS ERP. Introduce new technologies which may further improve the effectiveness and efficiency of the FAA Supply Chain while complying with FAA Security and System Specification requirements. Support the FAA in establishing and sustaining an enhanced and evolving FAA Supply Chain Strategic Roadmap by leveraging informed FAA resources. Support the FAA in achieving more effective and efficient Investment Analysis (IA) by leveraging informed FAA resources throughout the FAA investment lifecycle including but not limited to: Requirements Definition, Solution Design, Work Breakdown Structure definition, Cost Estimating, Schedule Estimating, and Shortfalls / Benefits analysis. V. REQUESTED INFORMATION / QUESTIONS TO INDUSTRY The FAA plans to evolve and modernize the FAA Supply Chain and the supporting SCM-ERP platform. A key strategy of the FAA is to leverage industry�s best practices to make the most of the existing technologies within the SCM-ERP and implement new technologies consistent with industry leaders in Supply Chain Management. The FAA believes that integrating IFS ERP best practices into planning and implementation of strategic initiatives will be a key factor in ensuring the FAA Supply Chain achieves and sets the standard for world-class performance. Please address the following questions in your market survey responses. Responses should be provided in the order listed below. It is not required to answer every question. However, companies are requested to address questions to the maximum extent possible with the primary focus on questions that fall within their expertise. For items requesting vendor experience, please provide the following for each response: (1) Program/Contract(s) name, (2) Company role (i.e. Prime/Sub), and (3) Customer point of contact information. To what extent does your company advocate that the FAA should leverage current industry trends? How will they help mitigate current system shortfalls? What is your experience in identifying and applying industry�s best practices utilizing the IFS ERP? Specifically, IFS Cloud? What are the advantages and disadvantages of IFS Cloud versus IFS App 10 from your experience? Provide specific examples. What are specific examples of industry�s best practices with the IFS ERP which have the most impact on Supply Chain effectiveness and efficiency? What experience do you have providing guidance within Supply Chain in an advisory role (not in an actual software development / IT role)? What were the results achieved? What are some of the functionalities within IFS Cloud you have found most impactful? Provide specific examples. How would you propose to maintain a continuity of IFS ERP and FAA-specific knowledge within your company in an FAA environment where work and resource requirements fluctuate? What is your experience in supporting a business in optimizing their use of the IFS ERP to improve effectiveness and efficiency? What is your experience in Business Process Re-engineering (BPR) in association with the IFS ERP and/or a Supply Chain context? Results achieved? What is your experience in leveraging modern interface technologies to streamline and optimize an ERP system infrastructure? With the IFS ERP? What is your experience in advising a Software Development team in the upgrades and maintenance associated with the IFS ERP? Describe your company�s experience related to the FAA, or equivalent scope of work within the last 3 years. If no FAA experience is available, describe experience with Supply Chain tools including IFS ERP and otherwise. Provide specific experience examples, and include any results achieved. Describe any best practices and lessons learned. Describe challenges encountered when deploying/utilizing new technology and how the challenges were overcome. What is your experience with SAFe Agile methodology? In a software development context? In a business context outside of software development? What Organizational Change Management (OCM) processes has your company used in the past? How might this be applied in the FAA? What common development platforms has your company used in the past and what methods were used for management between teams and improving accountability? What experience do you have in applying AI within an ERP and/or Supply Chain environment? Please specify which AI tools and how you applied them. Please provide the following administrative/background information for your company: Name, mailing address, phone number, company website, and e-mail of designated point(s) of contact. Business Type/Size based on North American Industry Classification System (NAICS) code 541512 Computer Systems Integration Design Consulting Services. VI. SUBMISSION INSTRUCTIONS Interested parties must provide responses in writing. Submissions should be submitted electronically in Microsoft Word format, Times New Roman, font size 12, and in accordance with the following instructions: Questions must be addressed individually, but it is not required to answer every question. Companies are asked to address questions that fall within their expertise. The written submission cannot exceed 18 pages (maximum 10 MB document). Note that certain questions may require less than one page response and others may require more. This can be accommodated if all questions are addressed individually in 18 pages or less. Optional: Any technical diagrams to support a technical solution can be accommodated but cannot exceed three pages (maximum 5 MB for jpeg format). This can be in addition to the 18 page written submission limitation. Please address questions to maximum extent possible. Company capability statements are not desired responses and please do not include capability statements. All submissions must be sent via email. Telephone calls or paper submissions will not be accepted. The subject line for all submittals must be CLMRS SCM-ERP [Company Name] Responses must be submitted no later than 3:00 pm CT on October 31, 2025 to the following email: Stephanie.R.Riddle@faa.gov . NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE SUBMITTED IN WRITING VIA EMAIL TO THE CONTRACTING OFFICER. Responses will not be returned. The FAA is generally not seeking proprietary material. If the respondent feels there is a benefit to providing certain proprietary material, the respondent must appropriately mark any proprietary or confidential information contained in the market survey/RFI submissions. The FAA is not seeking marketing material; Any and all material submitted � whether proprietary or not � may be used to develop FAA�s acquisition strategy. If respondents do not want specific information used in this manner, then such information should not be submitted; Providing a response to this Market Survey/RFI neither qualifies respondents for, nor excludes respondents from, responding to a resulting SIR, if any. The FAA, at its sole discretion, may contact one, some, all, or none of the respondents to the RFI to ask for additional information. This may include, but is not limited to, demonstrations of previously developed tools that companies choose to describe in their responses.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/b82b9ea118454aecb14e3bbf48e76281/view)
- Place of Performance
- Address: Oklahoma City, OK 73169, USA
- Zip Code: 73169
- Country: USA
- Zip Code: 73169
- Record
- SN07618459-F 20251016/251014230038 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |