Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 21, 2013 FBO #4135
MODIFICATION

R -- STS-2 Update - STS-2 Industry Day Roster - STS-2 Industry Day Briefing

Notice Date
3/19/2013
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
STS-2_2013
 
Point of Contact
Christian Evans, Phone: 3106532490, Dan McAlister, Phone: (310) 653-1333
 
E-Mail Address
christian.evans.3@us.af.mil, daniel.mcalister@us.af.mil
(christian.evans.3@us.af.mil, daniel.mcalister@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
STS-2 Industry Day Briefing STS-2 Industry Day Roster Please reference the previous STS-2 postings on this site. Industry Team: Thank you for your continued interest in STS-2. The slides from Industry Day Phase 1, briefed 13 March 2013, are posted. The Government team has taken the information received from the 13-15 March 2013 Industry Day session and developed an initial strategy, under consideration, which the Government may use to meet SMC's technical A&AS mission requirements. A strategy the Government is considering is as follows: - 1 multiple award contract (MAC), indefinite delivery, indefinite quantity (IDIQ), with 4-6 winners. -- 100% Small Business (SB) set-aside, NAICS Code 541712 (1000-person standard). -- Teaming. SB prime contractor can have exclusive teaming with 1 Large Business (LB) subcontractor; SB prime contractor can cross-team with SB subcontractors, as deemed necessary. -- Contract Type for Task Orders (TOs). Firm-Fixed Price (FFP) primary, Cost Plus Fixed Fee (CPFF) and FFP Level of Effort (LOE) secondary. "Surge" flexibility: allow up to 20% more than the price of any FFP TO. -- Source Selection for IDIQ: Lowest Price Technically Acceptable (LPTA). -- Source Selection for TOs: Price Performance Trade (PPT). -- TOs written at SMC Directorate or SMC Staff Level. Flexibility to accommodate TOs written at SMC Division Level. -- Organizational Conflict of Interest (OCI) avoidance (i.e. not mitigation). The Government will have a presumption of OCI if a prime STS-2 contractor, or any subcontractor on the STS-2 prime contractor's team is a Systems Engineering and Integration (SE&I) contractor or a Prime Development Contractor (PDC) or subcontractor to a PDC for SMC. Goals: Prevent OCI issues; Reduce Government workload reviewing OCI mitigation plans. -- On-ramp. IDIQ holders can "on-ramp" new teammates, within teaming rules the Government sets forth (i.e. one exclusive LB, unlimited cross-teaming for SB). Request for Information (RFI): The Government requests responses from industry whether the strategy stated above will work, or if not, why not. To that end, the Government requests companies submit explanations not to exceed 1 total single-sided page in length. All responses must conform to 8.5x11-inch pages, with font no smaller than 12 point. If your company thinks the strategy will work, the explanation should start as follows: "The described STS-2 strategy will work." [Next, explain why the strategy will work and what role your company would likely perform in meeting SMC's technical A&AS requirements (e.g. Prime, Subcontractor teammate, etc.)] If your company thinks the strategy will NOT work, the explanation should start as follows: "The described STS-2 strategy will NOT work." [Next, explain why the strategy will NOT work, what requirements will not be met, and what components must be changed in order to meet SMC's technical A&AS requirements.] Note: For each explanation, the Government requests each company write their response from the Government's perspective in meeting its technical A&AS requirements. In addition, please point out key considerations deemed lacking or other unintended consequences that may result on account of pursuing this strategy and recommend an alternative strategy that will meet SMC's Technical A&AS requirements, if deemed warranted. Responses: Contractors who elect to respond to this RFI must send a response via email to the following three contacts no later than 2300 Pacific time, 31 March 2013 : Capt Christian Evans STS-2 Program Manager (310) 653-2490 christian.evans.3@us.af.mil Lt Col Dan McAlister Chief, New Contracts Branch (SMC/PIC) (310) 653-1333 daniel.mcalister@us.af.mil Ms. Felicia Brown Contracting Officer Phone: (310) 653-2007 felicia.brown@.us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/STS-2_2013/listing.html)
 
Place of Performance
Address: SMC - Space & Missile Systems Center, 483 N. Aviation Blvd El Segundo, Program Management & Integration Office (SMC/PI), El Segundo, California, 90245, United States
Zip Code: 90245
 
Record
SN03014882-W 20130321/130319234856-4468e89b15bdc6966ba0bee7a7635d43 (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.