Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 15, 2013 FBO #4404
SOURCES SOUGHT

99 -- Advisory and Assistance Services (A&AS) tasks required to support the AFNWC/NCL mission of Technical Order Support and Logistics Management. - Draft Performance Work Statement

Notice Date
12/13/2013
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFNWC/PZI - Kirtland, Installation Contracting Division, AFNWC/PZI, 8500 Gibson SE, Bldg 20202, Kirtland AFB, New Mexico, 87117-5606, United States
 
ZIP Code
87117-5606
 
Solicitation Number
FA9422-14-R-8002
 
Point of Contact
James Channell, Phone: 5058466482, Ron Saville, Phone: 505-853-7199
 
E-Mail Address
james.channell@kirtland.af.mil, Ronald.Saville@kirtland.af.mil
(james.channell@kirtland.af.mil, Ronald.Saville@kirtland.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Performance Work Statement Note! All correspondence must be submitted to the Contracting POCs. 1. Part: U.S. Government Procurements 2. Subpart: Services 3. Procurement Classification Code: R-Professional, Administrative, and Management Support Services 4. Agency: Department of the Air Force 5. Responsible Office and Address: Air Force Nuclear Weapons Center (AFNWC), Contracting Division (PZID) 8500 Gibson Blvd SE, Bldg. 20202 Kirtland AFB, NM 87117. 6. Notice Type: Sources Sought - Statement of Capabilites 7. Subject: The Air Force Nuclear Weapons Center Nuclear Logistics Support Division (AFNWC/NCL) Director is responsible for logistics management serving as the Air Force (AF) focal point to respective Department of Defense (DOD)/Department of Energy (DOE) agencies, national laboratories, and military Major Commands (MAJCOM)/Units on all aspects of logistics support and sustainment of nuclear weapons, associated weapons systems, and equipment. AFNWC/NCL is postured to offer diverse, expert, and professional logistics support for nuclear weapons to our many customers. AFNWC/NCL is the United States Air Force focal point on nuclear logistics deployment and sustainment issues. The squadron ensures nuclear weapons, support, and delivery systems are safe, secure, and reliable. The squadron is the AF Executive Agent to the Defense Threat Reduction Agency (DTRA) assuring service coordination and distribution of Joint Nuclear Weapons Publications (JNWPS). AFNWC/NCL manages nuclear Technical Orders (TO), as referenced in nuclear TO indexes. AFNWC/NCL is the focal point for managing Category 1 load, air transport and delivery TOs, and air-launched missile warhead mate/demate TOs listed in the nuclear index. AFNWC/NCL manages and maintains the nuclear weapon and nuclear related Technical Order Distribution Office (TODO) accounts, publishes the nuclear index, and distributes JNWPS data via paper, compact disk (CD), or Defense Integration and Management of Nuclear Data Services (DIAMONDS). 8. Description of the efforts needed are included in the attached draft Performance Work Statement (PWS) : The Air Force Nuclear Weapons Center contracting office (PZID) is contracting for Advisory and Assistance Services (A&AS) tasks required to support the AFNWC/NCL mission of Technical Order Support and Logistics Management. This will require technical editing, distribution and support of both classified and unclassified TOs in accordance with applicable Air Force Instructions using ADOBE Frame Maker and other associated publication/graphic software. The offeror will assist the government as the POC for nuclear TODO training initiatives and assist the AFNWC TO management team with other nuclear TO management efforts. The offeror will disseminate system policy and procedures. The offeror will track and assist with management of the TO change request process, assist with TO account management, packaging and distribution of classified and unclassified AF TOs and JNWPS publications IAW applicable instructions. They will be required to use current management system software to manage TO accounts and use the Enhanced Technical Information Management System (ETIMS) when implemented. The offeror will convert any and all paper or digital TOs to usable electronic format (for example, PDF, S-1000D, HTML, SGML, XML, etc.) and perform related duties involving TOs and flight manual support. All FMS support hours will be tracked separately for each case. The offeror will provide support for stockpile management, second destination transportation, weapon/component moves, tracking of automated reports and data input into various systems and maintain those systems. Access to a classified DTRA database and classified information will be required at the Secret Level. All work must be integrated with government civilians within AFNWC/NCL and will only be done in AFNWC facilities at Kirtland AFB NM, except during temporary duty support. The offeror is responsible for training employees in current publication software on offeror time. The offeror will submit a documented quality control plan, number of experienced employees, currency of employee experience, and capability plan to replace employees who resign or are removed for cause. The offeror will support TDYs for conferences or other support activities in either CONUS or OCONUS per government direction. All personnel must have and be able to maintain a minimum of a Secret Security Clearance. 9. Foreign owned firms are advised they may be precluded from submitting a SOC. These firms are advised to contact the Contracting Point of Contact or Technical Point of Contact before submitting a SOC. These positions require employees to be United States Citizens with the capability to obtain and maintain a minimum secret clearance. Restriction on performance by foreign citizens (i.e., those holding non-U.S. Passports): This topic is "Export-controlled". The information and materials provided pursuant to or resulting from this topic are restricted under the International Traffic in Arms Regulations (ITAR), 22 C.F.R. Parts 120 - 130 or the Export Administration Regulation (EAR), 15 C.F.R. Parts 730 - 774, which control the export of sensitive technical data. Foreign Citizens may perform work under an unclassified award resulting from this topic only if they are designated as a US Person, as defined by 22 CFR § 120.15 or if bidder is able to obtain an export license through the Department of State or Department of Commerce. Foreign Citizens designated as US Persons are not permitted to perform work under a classified award. Foreign citizens will at no time be allowed to work on Air Force installations. 10. Technology developed under the subject program may be subject to U.S. export-control laws and regulations. These laws restrict the transfer, by any means, of certain types of items, information and technology to unauthorized persons. The award of a government contract does not negate the contractor's responsibility to comply with export control requirements under the Arms Export Control Act (Department of State) or the Export Administration Regulations (Department of Commerce). Potential security risks/export violations may occur when contractors employ foreign nationals or outsource portions of the contract's statement of work. The transfer of sensitive or critical unclassified technology to a foreign national without an approved export license is a violation of the Arms Export Control Act and the Export Administration Act. 11. Request for Statement of Capability (SOC): The Statement of Capability (SOC) shall contain the following information: (1) Demonstrate ability to respond to all mission areas; (2) Clearly demonstrate the ability as the prime to complete fifty percent of the effort for each mission area as well as all areas concurrently and demonstrate how the efforts not supported by the prime will be supported; (3) Include a notional plan to assure the availability of an adequate number of qualified and trained personnel to perform the continuous mission requirements; (4) Demonstrate how classified work at the Secret level would be accomplished in the execution of this requirement; (5) Please indicate whether you have employees qualified and currency of training/experience in the following software applications: ADOBE Frame Maker; Photo Illustrator; Photo Shop and Microsoft Office Suite; and (6) capable of working with graphics in the compatible format for AF electronic TOs. Digital-tagged TO files shall include required illustration (graphics) files in an approved graphics exchange format (Select : "Guidelines" and "Graphics" on Technical Manual Specifications and Standards (TMSS) web page) and capable of producing PDF, HTML, SGML, XML, and S1000D electronic products for web based, CD, or paper distribution. All interested firms shall submit a response that includes detailed information demonstrating their capabilities to the Contract Specialist listed below. Email one (1) copy to the Contract Specialist no later than 5:00 pm MST on 26 Feb, 2014. The SOC is limited to 10 pages, single spaced, 12-point font, Times New Roman. Submitted information shall be UNCLASSIFIED. NOTE: If there is a resulting contract it will be made only to offeror(s) who can perform the work within the AFNWC/NCL facility and have sufficient Secret cleared personnel with current qualifications available at the time of contract award. All contractors' employees shall maintain, at a minimum, a Secret level clearance Sensitive Compartmented Information (SCI), CNWDI, NATO, and Special Access Programs. Also, access to classified AF and DTRA databases will be required at the Secret Level. Firms responding should include their DUNS number, cage code and indicate whether they are a small business. Firms should include if they are a GSA Schedule holder and what Schedule and Special Item Number(s) (SINs) they would propose potential work under. NAICS Code to be used for this acquisition is 541990, Size Standard $7M. 12. Any information submitted by respondents to this sources sought synopsis is strictly voluntary. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. This Sources Sought Notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g., SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). Offerors shall indicate whether they are/are not a small business, a small disadvantaged business, 8(a), hub-zone certified, woman-owned, veteran-owned, service disabled veteran-owned or Historically Black College or University. Do not summit a SOC if you do not intend to be a prime or lead. Potential offerors should refer contracting concerns to the Contract Specialist, James P. Channell at (505) 846-6482, or refer technical concerns to the Technical Point of Contact, Ronald M. Froseth (505) 846-4153. 13. Contracting Points of Contact (POCs): AFNWC/PZID Contracting Officer, Ronald H. Saville, Ronald.Saville@kirtland.af.mil, (505) 853-7199. AFNWC/PZID Contract Specialist: James P. Channell, James.Channell@kirtland.af.mil, (505) 846-6482. 14. Technical POC: AFNWC/NCLS, Technical Support Branch Chief, Ronald M.Froseth, Ronald.Froseth@kirtland.af.mil, (505) 846-4153.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/FA9422-14-R-8002/listing.html)
 
Place of Performance
Address: Kirtland AFB, Albuquerque, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN03252012-W 20131215/131213235031-c44ddd697bc62d2fcae691aa9645f1c1 (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.