SOURCES SOUGHT
C -- Weapon System Support & Analysis (5 Year) - PWS
- Notice Date
- 9/26/2013
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
- ZIP Code
- 84056
- Solicitation Number
- FA8202-14-R-1001
- Point of Contact
- Michelle Carpenter, Phone: 8017773559, Nathan P. Lee, Phone: 8017754928
- E-Mail Address
-
michelle.carpenter@hill.af.mil, nathan.lee@hill.af.mil
(michelle.carpenter@hill.af.mil, nathan.lee@hill.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- WSSA PWS 5-Year REQUEST FOR INFORMATION A-10 Weapon System Support and Analysis (WSSA) 5-Year NAICS: 541330, Exemption 1 NOTICE: This is not a solicitation but rather a Request for Information (RFI) to determine potential sources for information and planning purposes only. The purpose of this RFI is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 541330, Engineering Services, Military and Aerospace Equipment and Military Weapons which has a corresponding size standard of $35.5M. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hub zone, and Women-Owned small business concerns. The Government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming arrangements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. DESCRIPTION The Air Force is seeking potential Contractors who are interested in providing task based engineering services to the A-10 System Program Office (SPO). This notification is a request for information to identify potential Contractors who have the appropriate skills, experience, data or data-rights, and knowledge required to successfully complete this effort for the A-10 SPO at Hill Air Force Base, Utah and does not constitute a commitment, implied or otherwise, that a procurement will be accomplished. This is not a request for proposal or invitation for bid. To be considered as a potential source for this requirement, a Contractor will be required to submit data in response to the future solicitation, verifying capabilities to meet the requirements on solicitation. The Contractor is requested to respond to this RFI as identified in the "Responses" section of this RFI. Based on the "Notes" section of this RFI, it shall not be construed that the Government for Contractor responses to this RFI. BACKGROUND The A-10 SPO is the primary integrator for all modifications and sustainment changes for the weapon system and the current and anticipated dynamic battlefield environments drive many modernization and sustainment changes to the A-10 legacy aircraft, creating unique requirements to maintain the A-10 throughout its life cycle. Modifications affecting all A-10 functional areas and interfaces to include mechanical, structural, electrical, avionics, weapons, support equipment and operational flight programs (OFP), continue to evolve at an unprecedented pace. A-10 SPO requires support to develop and execute a support strategy, roadmap, and plan. OBJECTIVE This effort is to acquire tasked based engineering services that can support the successful execution of the A-10 missions and either eliminate or minimize operational and/or sustainability gaps by accomplishing the applicable systems engineering tasks to identify, analyze and prioritize applicable new and developing technologies. The Contractor will have to perform integrated systems engineering to de-conflict and integrate A-10 baselines, architecture, programs and processes. These include the necessary tools, templates and training for efficient future acquisition and sustainment of the A-10 aircraft. Specific tasks include the provision of a de-confliction matrix, updates, integration and support of products, views or documents called out in the Performance Work Statement (PWS), the analysis and update to the Support Equipment Roadmap, technical baseline maintenance, A-10 Weapon System Management Environment (AWSME) maintenance, and configuration technical support. The Contractor must have applied knowledge and experience of current Air Force Systems and maintenance engineering processes, as well as logistics management best practices using ERP/APS processes in Governmental agencies. Additional knowledge specifically related to Department of Defense (DoD) and Air Force logistics goals, objectives, and current practices is also required. The Contractor must be familiar with and have systems engineering experience using the DoD Architecture Framework (DODAF) 2.0, as well as the documents listed in the Appendices of the PWS. TASK REQUIREMENTS See attached PWS (Draft) RESPONSES Please note that the Government will not exclude any specific Contractor from competition on this requirement, unless a Contractor is automatically excluded as a result of a regulatory exclusion of certain type of Contractors (e.g. small business set-aside). Interested parties are requested to submit (with rationale) a summary demonstrating their advanced systems engineering skills, expertise, and experience in support of the A-10 Weapon System in the following areas: 1. Use and development of A-10 DoDAF Architectures as system engineering tools and applications for requirements gap tracking to unequivocally tie requirement gaps to mission requirements in order for the AF to clearly justify obtaining funding for sustainment and modernization. 2. Use and understanding of the structure and relationships within CORE to develop required macros, views and information required for systems engineering analysis including detailed comparison CORE to other system architecture tools. 3. Develop an A-10 Platform Obsolescence Plan (APOP). Facilitate APOP execution to prioritize and track the support from Air Logistics Complexes (ALC) item managers and their teams. This will support reporting and resolution of the obsolescence issues on the A-10 commodities for which they are responsible. This includes the use of the AVCOM obsolescence database tool and the ability to load all A-10 Avionics commodities not already loaded into AVCOM Tier 4. 4. GovernmentRefine and facilitate systems engineering processes for the integration of A-10 Operational Flight Program (OFP) and hardware with the 309th Software Maintenance Group (SMXG) and the A-10 SPO. 5. Understand Air Force and A-10 processes and apply them to reviewing and updating A-10 SPO engineering documentation. 6. Interested parties are also asked to provide the following additional information: a. Provide supporting rationale that your company possesses, soon will possess, or has/will-have a formal business relationship with entities that do possess, all of the following: data, drawings, data/software rights, and other technology that are necessary for meeting the requirement(s) identified above, and which the Government will not be providing. If your company identifies such ability, but still needs any minimal data and or data/software right from the Government in order to have the ability to accomplish the effort, please identify details. b. If your company's solution involves other Contractors (e.g. sub-Contractors, vendors, etc.) to be able to successfully perform this requirement, provide official confirmation (e.g. emails/letters etc.) from such Contractor(s), and make sure that each confirmation does the following: (1) identifies that the Contractor is willing to work with your company; and (2) identifies the likelihood of such a commitment. c. If company identifies itself as a Small Business, indicate (with supporting rationale) if/how your company would be a Small Business given the restrictions identified in sub-paragraph (b)(1) of Federal Acquisition Regulation (FAR) Clause 52.219-14 since the primary purpose is a service. If your company will rely on agreements from other Contractors to use their data, provide additional rationale of how these FAR restrictions would be met. d. Identify (with rationale) if a firm-fixed-price pricing arrangement is not appropriate for all requirements other than travel (which are anticipated to have cost-reimbursement no-fee pricing arrangements). e. Based on NAICS code identified for this RFI, provide company's size, and identify any small business socio-economic program. Also identify the cage code of your company. f. Provide verification that the NAICS code identified on top page of this RFI is appropriate, or provide suggestions with supporting rationale as to why it isn't appropriate. g. This requirement will include the delivery of data and software. Confirm understanding that the Government will receive unlimited rights pertaining to eligible data under DFAR 252.227-7013, 252.227-7014, and 252.227-7015 (e.g. data necessary for maintenance and operations). h. Identify and describe past experience with DoD computer security and Information Assurance requirements necessary to achieve and maintain an Authorization to Operate (ATO) on DoD computer networks. Describe any experience with producing documentation for DoD Information Assurance Certification and Accreditation Process (DIACAP) or its predecessor DoD Information Technology Security Certification and Accreditation Process (DITSCAP). Identify and describe any experience evaluating Time Compliance Network Orders, and maintaining security patches to the Microsoft Windows Server TM operating system. i. Responses shall be no more than 15 pages and must be presented in a format that identifies each specific question with a direct response. The Governments primary points of contact must be able to clearly identify the above information. INDUSTRY DAY Our office intends to hold an Industry Day on 16 October at 1000 MDT at the Hill Air Force Base Museum; thus, we request all responses by 14 October 2013 to allow time for further clarifications during the Industry Day. Interested parties must submit the names of all people planning on coming to Industry Day to Michelle Carpenter (contact information listed below) by 10 October 2013. There will be a maximum of three persons allowed for each party attending Industry Day. You may also request a one-on-one session at that time. It is anticipated that the presentation will last approximately 30 minutes with time being provided afterwards for questions for the general audience. One-on-one sessions will take place afterwards in fifteen minute sessions. A schedule of the sessions will be provided to those requesting one-on-one sessions by COB 14 October 2013. Hill Air Force Base Museum is located at Hill Air Force Base in Utah just east of I-15exit 338. The museum is open to the public with free access and free parking. The meeting will be held in the theater just inside the front entrance to the museum. No security checks or sponsorship will be necessary. After the presentation and the Q&A period are over the one-on-one sessions will take place in the same location. Participants will be expected to clear the room after the Q&A period so that the sessions can commence. The schedule will be posted on the door. NOTES This is not a request for proposal (RFP) or an invitation for bid, nor is it to be construed as a commitment by the Government. The Government does not intend to make an award on the basis of this sources sought synopsis/RFI for information or otherwise pay for the information solicited herein. Copies of the submitted information will be reproduced and review may be used to develop a request for proposal. Only non-classified information shall be provided in your response, and your response should be reviewed to assure that there are not any operational sensitivities identified. Contract performance may also involve data that is subject to export control laws and regulations. Only Contractors who are registered and certified with the Defense Logistics Services Center, and have an approved DD Form 2345 will be provided copies of any related technical information (mailed on a compact disc/DVD) that will be used as part of the solictation process or other data subject to foreign disclosure restrictions. It is anticipated this requirement will be a Small Business Set-Aside. It is anticipated that the solicitation will be for a five-year IDIQ fixed-price contract. It is anticipated that the governement will utilize sample tasks as part of the source selection. Examples of these sample tasks can be found under the last solicitation, FA8202-13-R-0553 that can be found on www.fedbizopps.gov. Sample tasks will be part of the RFP package. CONTACT INFORMATION Primary points of contact are: Michelle Carpenter, Contract Negotiator at 801-777-3559 michelle.carpenter@hill.af.mil Nathan Lee, Contracting Officer at 801- 775-4928 nathan.lee@hill.af.mil Keith Lewis, Program Office at 801-586-3208 keith.lewis@hill.af.mil Please be sure to respond to both names listed above when submitting RFI responses. Address: Department of the Air Force, Air Force Materiel Command, AFLCMC/WWAK, 6072 Fir Ave, Bldg 1233 Hill AFB, UT, 84056 RESPONSE INFORMATION REQUESTED BY COB 14 October 2013 and must be emailed to Michelle Carpenter, Nathan Lee, and Keith Lewis Although this announcement officially closes on 28 October 2013, please send responses no later than 14 October for Industry Day purposes. Responses submitted after 14 October will be accepted until 28 October.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8202-14-R-1001/listing.html)
- Place of Performance
- Address: AFLCMC/WWAK, 6072 Fir Ave, Bldg 1233, Hill AFB, Utah, 84056, United States
- Zip Code: 84056
- Zip Code: 84056
- Record
- SN03203579-W 20130928/130926234726-010a633722138600d1f27af26a5fbe04 (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 |