Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 02, 2013 FBO #4177
SOLICITATION NOTICE

D -- Data Management Device-Power Station (DMD-PS) Interim Contractor Support (Non-Personal Service) - RFP Solicitation - FA8307-13-R-0006

Notice Date
4/30/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC - Hanscom, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731, United States
 
ZIP Code
01731
 
Solicitation Number
FA8307-13-R-0006
 
Archive Date
6/25/2013
 
Point of Contact
Jerome E. Watkins, Phone: 210-925-0729, Patrick N. Jackson, Phone: 210-925-0743
 
E-Mail Address
jerome.watkins.3@us.af.mil, patrick.jackson.1@us.af.mil
(jerome.watkins.3@us.af.mil, patrick.jackson.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(Exhibit A) Contract Data Requirement List (DD Form 1423) - FA8307-13-R-0006 Wage Determination No 2005-2521, Rev 13, dated 13 Jun 2012 - FA8307-13-R-0006 Contract Full-Time Reporting - FA8307-13-R-0006 Security Requirements and Attachments (DD Form 254) - FA8307-13-R-0006 Performance Work Statement - FA8307-13-R-0006 Past performance questionnaire - FA8307-13-R-0006 Section M - DMD (Revised 18 Apr 13) - FA8307-13-R-0006 Section L, Instructions to Offerors - FA8307-13-R-0006 RFP Solicitation - FA8307-13-R-0006 RFP Solicitation Cover Letter - FA8307-13-R-0006 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is FA8307-13-R-0006. This announcement constitutes the only solicitation being requested. FAR 52.219-6, Notice of Total Small Business Set-Aside is applicable to this acquisition. THIS IS A SMALL BUSINESS SET ASIDE. The Headquarters, Air Force Life Cycle Management Center (AFLCMC), Hanscom Air Force Base (AFB), Cyber/Netcentric Cryptologic Contracting Division (HNCK), Lackland Air Force Base, Texas intends to award a (2) two year Cost Plus Fixed-Fee (CPFF) contract. This contract will provide non-personal services in support of the Cryptologic Systems Division (CPSD) system/software technical support for of Data Management Device-Power Station (DMD-PS). Interim Contractor support is required to transition the DMD software from contractor support to government managed. The technical support requirements include but are not limited to development support, Functional Area Expertise Technical Support, ad-hoc training, telephone support, documentation updates and travel, with a (1) one-year base period plus (1) one-year option. The estimated period of performance for this contract award will be for (1) one-base year (15 July 2013 - 14 July 2014) and (1) one, one-year option (15 July 2014 - 30 June 2015). This Request for Proposal (RFP) is in accordance with FAR 52.232-19, "Subject to the Availability of Funds". Description: Data Management Device Transition contract will enable the Cryptologic System support Division (CPSD) to develop, enhance and transition COMSEC encryption key management software (DMD software) to organic support. The contract will establish software sustainment capability to provide long term support for DMD. The contractor support requirements that will be to provide software development activities covering the full software lifecycle, including the design, development, and integration of software applications. Contractor personnel will work in a team environment with a focus on developing software processes and the required documentation for those processes. They will complete assigned taskings in a timely manner that will include but not limited to resolution of software issues, software development, code documentation, unit testing, and thorough functional testing. The task will include working with a source control tool development technologies, including C++, and.NET. The Subject Matter Expert (SME) technical support is required to assist the Government to ensure key management capabilities are fully transitioned to organic sustainment. The contractor will provide support that includes ad-hoc user training, development support, and documentation updates. The contractor will provide support as requested by the Government. The contractor must possess DMD expertise to prevent mission failure during and after DMD software transition. CLIN 0001: Non-personal services to perform Support for Data Management Device (DMD) Crypto Software Support in accordance with attached Performance Work Statement (PWS). Period of Performance: 15 July 2013 - 14 July 2014. (Base Year) CLIN 0002: Travel in Support of CLIN 0001 (BASE YEAR), Support for Data Management Device (DMD) Crypto Software Support in accordance with attached Performance Work Statement (PWS). Period of Performance: 15 July 2013 - 14 July 2014. (Base Year) CLIN 0003: DATA CLIN - COST. Period of Performance: 15 July 2013 - 14 July 2015. CLIN 1001: Non-personal services to perform Support for Data Management Device (DMD) Crypto Software Support in accordance with attached Performance Work Statement (PWS). Period of Performance: 15 July 2014 - 14 July 2014. (Option Year 1) CLIN 1002: Travel in Support of CLIN 1001 (Option Year 1), Support for Data Management Device (DMD) Crypto Software Support in accordance with attached Performance Work Statement (PWS). Period of Performance: 15 July 2014 - 14 July 2014. (Option Year 1) This requirement has been Set-Aside for total Small Business. The Government intends to award one contract and is only soliciting small business concerns in accordance with Federal Acquisition Regulation (FAR) 6.203 and 19.502. The North American Industry Classification System (NAICS) code is 541519 - Other Computer Related Services. The size standard is $23.0. The guaranteed Minimum Quantity is (1) one-year Base and the Maximum Quantity is (1) one-year Base and (1) one-year option. A single Cost Plus Fixed-Fee (CPFF) Contract is anticipated, based on "best value" source selection using full tradeoff source selection procedures as further described in the solicitation. The Contract Data Requirements List (CDRL) (Section J, Exhibit A); Request for Proposal ((RFP) (Attachment 1)); Instructions to Offerors ((Section L) (Attachment 2)); Evaluation Factors ((Section M) (Attachment 3)); Past Performance Questionnaire (Section J, Attachment 4); Performance Work Statement((PWS) (Section J, Attachment 5)); Security Classification, DD Fm 254 (Section J, Attachment 5); Contract Full-Time Reporting (Attachment 6) and Wage Determination No 2005-2521, Rev 13, Dated 13 Jun 2012 (Section J, Attachment 7), and Department of Defense Contract Security Classification, DD Fm 254 (Section J, Attachment 5), has been provided in this solicitation. Offeror shall propose on both the base and option periods. However, the Government reserves the right to award the base period only. Offeror must also have an active DUNS Code (Dunn and Bradstreet - http://www.dnb.com/us/) and be actively registered in the System for Award Management (SAM - https://www.sam.gov). Interested vendors can access the provisions and clauses by Internet URL (http://farsite.hill.af.mil). BASIS FOR CONTRACT AWARD: Award will be made to the offeror proposing the combination most advantageous to the Government based upon an integrated assessment of the evaluation factors and sub factors described below. This acquisition is based on "best value" source selection using full tradeoff source selection procedures in accordance with FAR 15.101-1, as supplemented. Best value means that the Government will perform a cost/technical trade-off analysis such that the proposals will be assessed for how well the Offeror's proposal meets the solicitation requirements and the risks associated with the Offeror's approach. Business judgment will be exercised in selecting the most advantageous alternative to the Government, considering both the technical merit and costs of proposals. By submission of its offer, the Offeror accepts all solicitation requirements, including terms and conditions, representations, and certifications, and technical requirements. The Evaluation Factors are listed in descending order of importance with Factor 1 (Technical Capability) being most important, Factor 2 (Past Performance) of slightly less importance, and Factor 3 (Cost/Price) of least importance. The Technical Capability and Past Performance Factors, when combined, are significantly more important than the cost or price factor; however, the Cost/Price Factor will contribute substantially to the selection decision. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation and conditions and provide complete accompanying rationale. The Government intends to select ONE offeror for award of this effort. As provided for in FAR 52.215-1, Instructions to Offerors - Competitive Acquisitions," the Government intends to evaluate proposals and award a contract without discussions with Offerors (except for clarifications as described in FAR 15.306(a)). Therefore, the Offeror's initial proposal should contain the Offeror's best terms. The Government reserves the right to conduct discussion if the Contracting Officer later determines them to be necessary. THIS IS THE REQUEST FOR FORMAL COMPETITIVE PROPOSALS. The Government exercises its unilateral right to award with or without discussions. As the Government reserves the right to award without discussions, this may be your only opportunity to provide information in support of your proposal. You are advised that any non-concurrence to contract terms and conditions, contract attachments or required supporting information in your proposal may not be subject to discussion or negotiation, may be interpreted as a conditional offer, and may result in your proposal being considered unacceptable. The anticipated award date is July 2013. You are also required to state that your proposal may be accepted at any time until 90 calendar days from the due date of the proposals. To be eligible for award, contractors must be properly registered in the Governments Central Contractor Registration database (CCR). Offerors may obtain information on CCR registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at www.ccr.gov. The solicitation attachments will be posted to FedBiz Ops at the same time the solicitation is posted. FedBiz Ops may be accessed at http://www.fbo.gov. RFPs are in portable document format (PDF). No hard copies of the solicitation will be mailed. Interested sources must download from the www site listed. To download and view these documents, you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com. All changes to the requirement that occur prior to the closing date will be posted to FedBiz Ops. It is the responsibility of interested vendors to monitor FedBiz Ops for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. The solicitation will be available for download on or about 30 April 2013. The RFP will only be sent electronically to Federal Business Opportunities (FedBiz Ops). A hard copy of the request for proposal will not be issued by this office. Closing date will be on or about 10 June 2013. Your past performance questionnaires must be received electronically prior submission of proposal NLT (not later than) 3:00 PM CST, 3 June 2013 to jerome.watkins.3@us.af.mil and patrick.jackson.1@us.af.mil. Offers must be submitted in the format specified in the solicitation to be considered. The attachment to this letter is the RFP documents. To be considered for contract award, all offerors must comply with the instructions contained in FAR 52.212-1. Current wage rates may be located at Wage Determination Online, www.wdol.gov. As a reminder, after formal release of the RFP, the Contracting Officer (CO) shall serve as the Government only authorized personnel to enter into discussion and make changes to the RFP. Your complete proposal must be received NLT (not later than) 3:00 PM CST, 10 June 2013 at the following address: AFLCMC/HNCK Information Assurance Branch (HNCD) ATTN: Patrick N. Jackson, Contracting Office 410 N. Frank Luke Drive, Room 200 San Antonio, TX 78243-7058 The hardcopy of Standard Form 1155, with original official signature, must be included in the original copy of your proposal. All questions and concerns regarding this RFP shall be directed in writing to the Contract Specialist, Mr. Jerome E. Watkins at jerome.watkins.3@us.af.mil or the Contracting Officer, Mr. Patrick N. Jackson at patrick.jackson.1@us.af.mil. No technical data/drawings/technical orders are available. Point of Contacts: Jerome Watkins, Buyer, Phone (210) 925-0729, Email jerome.watkins.3@us.af.mil; Patrick Jackson, Contracting Officer, Phone (210) 925-0743, email Patrick.Jackson.1@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/FA8307-13-R-0006/listing.html)
 
Place of Performance
Address: AFLCMC/HNCD, Information Assurance Branch, 410 N. Frank Luke Drive, Room 200, San Antonio, Texas, 78243-7058, United States
Zip Code: 78243-7058
 
Record
SN03048826-W 20130502/130430234823-eeeafef08fa9962a7460b999c8fc4289 (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.