SOLICITATION NOTICE
J -- B-2 Integrated Contract Depot Maintenace (ICDM)
- Notice Date
- 7/23/2008
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), DEPARTMENT OF THE AIR FORCE; BLDG 3001 SUITE 2AH82A; TINKER AFB;OK; 73145
- ZIP Code
- 73145
- Solicitation Number
- FA8119-08-R-0007
- Response Due
- 9/8/2008
- Archive Date
- 12/7/2008
- Point of Contact
- Katie Budd, Phone 000-000-0000, Fax 000-000-0000
- E-Mail Address
-
atie.budd@tinker.af.mil
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR ASOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsisis in support of market research being conducted by the Air Force toidentify capable potential sources. General Information Document Type: Sources Sought SynopsisRequiring Office:424 SCMS/GUMEProgram:B-2 Integrated Contract DepotMaintenance (ICDM) Solicitation Number:FA8119-08-R-0007Posted Date:Jul 23, 2008Original Response Date:Aug 1, 2008Current Response Date:Aug 1, 2008Industry Day Date 1Aug 26, 2008 Industry Day Date 2 Sept 30, 2008 Industry Day Location:Gen James E. Hill Conf Center, Bldg. 1093,Tinker AFBOriginal Archive Date:TBDCurrent Archive Date:TBD Contracting Office Address Department of the Air Force, Global Logistics Support Center (AFGLSC),Tinker AFB, 448 SCMG/PKBF, 3001 Staff Drive, Tinker AFB, OK 73145,UNITED STATES Description NOTICE TO INDUSTRY The United States Air Force, through the Global Logistics Support Center(AFGLSC), Tinker Air Force Base OK, is conducting market research toidentify potential business sources interested in performing as theIntegrator, overseeing approximately 19 different sub-vendors executingrepair of various B-2 "Spirit" Stealth Bomber avionic and structuralitems, beginning 1 Jan 2010 through 31 Dec 2015. 424 SCMS/GUME MISSION The 424 SCMS/GUME ICDM provides worldwide sustainment support of B-2Structural and related commodity items operated by the Air Force. 424SCMS/GUME provides full spectrum supply chain management support for 12Kitems managed in 10+ Federal Stock Classes and 15 Material ManagementAggregation codes. Included in these support responsibilities arelogistics, contracting, engineering, repair, storage, distribution anddisposal. We ensure commodities support on time and at cost. GENERAL PROCUREMENT DESCRIPTION The B-2 ICDM repair contract involves the management, direction andcontrol of the overall cost, schedule and performance of all B-2 ICDMtasks. Program Management functions shall focus on integration of thetasks to achieve the performance specified in the Services Summary,within the parameters of a Special Access Program (SAP). Qualified contractors must have knowledge in all aspects of B-2 design,structures, engineering, configuration, sustainment, aerodynamics,propulsion, electronics, hardware, software, support equipment, trainingdevices, system integration, and weapons. Contractors must obtainaccess to B-2 design, engineering, qualification, test, reliability, andconfiguration data prior to contract award. Contractors must havesuitable facilities, tools, equipment, and personnel to provide all B-2sustaining engineering services. Contractors must have the ability toreceive, generate, and store top secret materials. The Integrator mustalso be able to work with logistics program managers to plan, assess,and execute supportability of modifications and, when necessary, developlogistics risk mitigation plans. The contractor must also schedule,participate in logistics reviews, develop briefings and facilitatediscussions with program managers on assigned tasks items. At time of award, the contractor shall have a sufficient number ofcleared personnel to initiate PWS tasks. B-2 access for additionalpersonnel shall be obtained as required to meet PWS requirements.Contractor shall comply with all provisions of the National IndustrialSecurity Program and DoD Special Access Program Policy as stipulated inthe attached contract security classification specifications, DD Form254 (Sample to be provided). The ability of the contractor to obtainpersonnel cleared for this program in a timely manner is material toperformance. All contract personnel shall successfully completeInformation Assurance (IA) training prior to obtaining access to the B-2network. All contract personnel shall comply with IA policies andrevisions. All contract personnel shall possess, at a minimum, acurrent SECRET security clearance. The B-2 "Spirit" Stealth Bomber isalso a Special Access Program (SAP) program. Personnel are required tohave a Special Access Required (SAR) clearance to be able to work withinthe B-2 organization and with program data. This clearance level shouldbe attained before the contract period of performance begins to be ablefulfill the requirements of this statement of work. An AF DD FORM 254Department of Defense Contract Security Classification SpecificationsIAW the National Industrial Security Program Operating Manual (NISPOM)is required. The NISPOM Supplement (NISPOMSUP), DoD overprint to theNISPOMSUP applicable Security Classification Guides (SCG) applies tothis contract for Special Access Requirements. The contractor willrequire access to intelligence information and must comply with AFI14-303/AFMC Sup 1. The Program Manager has determined that disclosuredoes not create an unfair competitive advantage for the contractor or aconflict of interest with the contractor's obligation to protect theinformation and will submit the AFMC Form 210 to the ASC SIO (ASC/XRI)for approval prior to granting access. Any classified information generated in the performance of thiscontract shall require the contractor to either apply derivativeclassification and markings consistent with the source material or begoverned by the following Senior Jersey Security Classification Guide, 7Jan 04; OPR: SAF/AQ. Special considerations apply. All SAR work must beperformed in areas approved by AFOSI, Region 7 Security. All SpecialAccess work must be conducted within an AFOSI, Region 7 approvedlocation. Applicable JAFAN Manuals apply. Special AccessRequirements/Procedures apply. Guidance for gaining access will beprovided by the AFOSI, Region 7, delegated Program Security Officer(PSO) or AFOSI, Region 7. The contractor must participate in theinstallation Operations Security (OPSEC) program and protect Air Forceunclassified Critical Information to the same degree as it safeguardsproprietary information. The Notification of Government SecurityActivity and Visitor Group Security Agreement are required. The Contractor shall be responsible for the employment, training,guidance, and supervision of qualified personnel to accomplish the taskorders issued against the contract. The Contractor shall notify theContracting Officer Representative (COR), in writing, within 24 hours ofemployee termination or resignation to obtain appropriate network accessremoval. The Contractor shall ensure employees have the ability toclearly read, write, and speak English. The Contractor shall accomplishthe assigned work by employing and utilizing qualified personnel withthe various combinations of education, training, and experience. TheContractor shall match personnel skills to the work and task to ensurepersonnel are actively engaged to the fullest extent possible. TheContractor shall ensure the labor categories and man-hours utilized inthe performance of each task order issued hereunder will be the leastrequired to accomplish the task. The Contractor shall participate in the DMS/MS program for all CDM itemsby reviewing Problem Part Requests (PPR) and DMS/MS EngineeringRequirements Plans (DERP) Reports. The Contractor shall identify andprovide recommendations from OEMs relating to these activities tosupport DMS/MS Management Team obsolescence resolution actions. TheContractor shall proactively identify and provide formal recommendationsand guidance relating to these activities to support DMS/MS ManagementTeam (DMT) obsolescence resolution actions. This support will includeparticipating in DMT scheduled meetings and providing obsolescencenotification to 448 SCMG/PKBF (PCO) and 424 SCMS/GUME (Program Manager). The Contractor shall develop and deliver status of all CDM NSNs byreporting transactions via Commercial Asset Visibility (CAVAF) system.The Contractor shall develop and deliver status of NSNs by reportingtransactions via CAVAF Report in accordance with (IAW) Appendices E andF. The Contractor shall ensure the CAVAF Record Control Document Number(RCDN) is used when reporting all subsequent transactions that affectingthe LRU Any information submitted by respondents to this synopsis is strictlyvoluntary. The Government will not reimburse the respondents for anycosts associated with their responses. This synopsis does notconstitute a Request for Proposals (RFP) or an Invitation for Bids(IFB), nor does its issuance restrict the Government as to its ultimateacquisition approach. The Government will neither award a contractsolely on the basis of this notice, nor pay for any information that issubmitted by respondents to the Sources Sought request. The Governmentreserves the right to contact the submitting parties, on an as requiredbasis, for further clarification on material provided. The Governmentwill evaluate the information provided, include it into our documentwith our market research, and use it as needed during the development ofthe RFP. In addition, the Government will use its evaluation of theinformation and other research to determine the sources that appearqualified to perform the work required by the Government. CONTRACT TYPE AND COMPETITION 448 SCMG/PKBF anticipates Full and Open Competition for anIndefinite-Delivery Indefinite Quantity (IDIQ) contract containing amixture of Fixed-Price (FFP) and Cost-Reimbursement (CR) Contract LineItem Numbers (CLINs) for at least one calendar year in length with thepotential for several option periods. INDUSTRY DAY EVENT The 424 SCMS/GUME and 448 SCMG/PKBF have scheduled Industry Days in theGen James E. Hill Conf Center, Bldg. 1093, Tinker AFB, OK on August 262008 with a follow-up scheduled September 30 2008. This meeting is opento all interested parties and the Government highly encourages marketparticipation at this event. Any prospective contractors that wish toattend this Industry Day shall submit a request to the ProcuringContracting Officer (PCO) in writing via email(katie.budd@tinker.af.mil) as soon as possible. The B-2 ICDM IndustryDay Attendance Request' shall include information regarding: names ofall Industry Day attendees; business name; CAGE code; point of contact(POC) phone number; POC email address; POC facsimile number; and companywebsite address. Responses must include the following: name andaddress of firm, capabilities related to the task areas above, size ofbusiness; average annual revenue for past 3 years and number ofemployees; ownership; whether they are large, small, smalldisadvantaged, 8(a), HUB Zone, and/or woman-owned; number of years inbusiness; affiliate information: parent company, joint venture partners;intent to participate in the upcoming acquisition as a prime offeror;list of customers covering the past five years (highlight relevant workperformed, contract numbers, contract type, dollar value of eachprocurement; and point of contact - address and phone number). The pagelimitation for this submission is ten (10) pages. OBTAINING ADDITIONAL ACQUISITION-SPECIFIC INFORMATION 424 SCMS/GUME respects all interested party rights to ask questionsrelated to this acquisition and requires all submission of requests foradditional information get coordinated with the PCO in writing via email(katie.budd@tinker.af.mil). Clearly label the email subject line as 424SCMS/GUME ICDM Acquisition Question from Industry when sending questionsto the PCO. In addition, all interested parties may contact the PCO bytelephone, facsimile, or U.S. mail as detailed below for questions andadditional information. TIPS FOR LOCATING THIS POSTING IN THE FUTURE All interested parties should refer to this posting frequently.Additional acquisition-related information shall be posted accordinglyas it becomes available. The following identification (ID) record locators should be used to findthis posting for future reference: Primary ID: B-2 ICDMSecondary ID: FA8119 - 08 - R - 0007 (Solicitation Number)Secondary ID: TDB (Planning Purchase Requisition Number) CONTRACTING OFFICE POC Name: Kathrine T. BuddTitle: Contracting OfficerOffice: 448th SCMG/PKBFAddress: 3001 Staff Drive - Building 3001 - Room/Post 1AFA 99A - TinkerAFB, OK 73145 - U.S.A.Phone #: (405) 739 - 5459Fax #: (405) 739 - 3462Email: katie.budd@tinker.af.mil Point of Contact Kathrine T. Budd, Contracting Officer, 448 SCMG/PKBF, Phone (405)739-5459, Fax (405) 739-3462, Email katie.budd@tinker.af.mil Electronic procedure will be used for this solicitation. See Note(s) 25 and 26.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=41f31912867577122bd2426c0fbd5e31&tab=core&_cview=1)
- Record
- SN01620573-W 20080725/080723221341-41f31912867577122bd2426c0fbd5e31 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |