Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2008 FBO #2461
SOLICITATION NOTICE

J -- B-2 Integrated Contract Depot Maintenace (ICDM)

Notice Date
8/20/2008
 
Notice Type
Modification/Amendment
 
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
10/6/2008
 
Archive Date
1/4/2009
 
Point of Contact
Katie Budd, Phone 000-000-0000, Fax 000-000-0000, />
 
E-Mail Address
atie.budd@tinker.af.mil<br
 
Small Business Set-Aside
N/A
 
Description
8/20/2008SOURCES SOUGHT SYNOPSISREV 2/ 20 Aug 2008 Purpose of Revision: The purpose of this revision is to cancelcurrently scheduled industry dates 26 Aug 2008 & 30 Sep 2008. Allinterested parties should refer to this posting frequently for futurerevisions outlining the rescheduled Industry Day dates. 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) 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 SynopsisProgram:B-2 Integrated Contract Depot Maintenance (ICDM)Solicitation Number:FA8119-08-R-0007Original Posted Date:Jul 23, 2008Original Response Date:Aug 1, 2008Current Response Date:Aug 15, 2008Industry Day Date 1Aug 26, 2008 (To be rescheduled)Industry Day Date 2 Sept 30, 2008 (To be rescheduled)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, 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 world wide sustainment support of B-2Structural and related commodity items operated by the Air Force. Weprovide full spectrum supply chain management support for 12K itemsmanaged 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 militaryaircraft design, structures, engineering, configuration, sustainment,aerodynamics, propulsion, electronics, hardware, software, supportequipment, training devices, system integration, and weapons.Contractors must have suitable facilities, equipment, and personnel toprovide all required integration services. Contractors must have theknowledge and ability to process classified materials. The Integratormust also be able to work with logistics program managers to plan,assess, and execute supportability of modifications and, when necessary,develop logistics risk mitigation plans. The contractor must alsoschedule, participate in logistics reviews, develop briefings andfacilitate discussions 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. The ability of the contractor to obtain personnel cleared for thisprogram in a timely manner is material to performance. All contractpersonnel shall successfully complete Information Assurance (IA)training prior to obtaining access to the B-2 network. All contractpersonnel shall comply with IA policies and revisions. All contractpersonnel shall possess, at a minimum, a current SECRET securityclearance. The B-2 "Spirit" Stealth Bomber is also a Special AccessProgram (SAP) program. Personnel are required to have a Special AccessRequired (SAR) clearance to be able to work within the B-2 organizationand with program data. This clearance level should be attained beforethe contract period of performance begins to be able fulfill therequirements of this statement of work. An AF DD FORM 254 Department ofDefense Contract Security Classification Specifications IAW the NationalIndustrial Security Program Operating Manual (NISPOM) is required. TheNISPOM Supplement (NISPOMSUP), DoD overprint to the NISPOMSUP applicableSecurity Classification Guides (SCG) applies to this contract forSpecial Access Requirements. The contractor will require access tointelligence information and must comply with AFI 14-303/AFMC Sup 1. TheProgram Manager has determined that disclosure does not create an unfaircompetitive advantage for the contractor or a conflict of interest withthe contractor's obligation to protect the information and will submitthe AFMC Form 210 to the ASC SIO (ASC/XRI) for approval prior togranting 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 Diminishing ManufacturingSources/ Material Shortages (DMS/MS) program for all CDM items byreviewing 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 are 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 (ID) contract containing a mixture of Fixed-Price(FFP) and Cost-Reimbursement (CR) Contract Line Item Numbers (CLINs) forat least one calendar year in length with the potential for severaloption periods. INDUSTRY DAY EVENT The 424 SCMS/GUME and 448th SCMG/PKBF have scheduled Industry Days inthe Gen James E. Hill Conf Center, Bldg. 1093, Tinker AFB Oklahoma City,Oklahoma on August 26 2008 has been cancelled. Please be advised thatalternate date(s) are forthcoming and recommend that contractors reviewthis synopsis for updated status. This meeting when scheduled will beopen to all interested parties and the Government highly encouragesmarket participation at this event. Any prospective contractors thatwish to attend this Industry Day shall submit a request to the ProcuringContracting Officer (PCO) in writing via email(katie.budd@tinker.af.mil) by close of business 15 September. The B-2ICDM Industry Day Attendance Request' shall include informationregarding: names of all Industry Day attendees; business name; CAGEcode; point of contact (POC) phone number; POC email address; POCfacsimile number; and company website address. Responses must includethe following: name and address of firm, capabilities related to thetask areas above, size of business; average annual revenue for past 3years and number of employees; ownership; whether they are large, small,small disadvantaged, 8(a), HUBZone, and/or woman-owned; number of yearsin business; affiliate information: parent company, joint venturepartners; intent to participate in the upcoming acquisition as a primeofferor; list of customers covering the past five years (highlightrelevant work performed, contract numbers, contract type, dollar valueof each procurement; and point of contact - address and phone number).The page limitation 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 sendingquestions to the PCO. In addition, all interested parties may contactthe PCO by telephone, facsimile, or U.S. mail as detailed below forquestions and additional 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. Upon request the Contracting Officer willprovide a word document of the Sources Sought Synopsis.(katie.budd@tinker.af.mil) 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=eeb56f6c78cd0fa3ec432175a1c40e6b&tab=core&_cview=1)
 
Record
SN01645957-W 20080822/080820221819-eeb56f6c78cd0fa3ec432175a1c40e6b (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.