Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 07, 2014 FBO #4547
SOLICITATION NOTICE

A -- AFICA IAC CS TATs - DLA Form 1818

Notice Date
5/5/2014
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, Nebraska, 68113-2107, United States
 
ZIP Code
68113-2107
 
Solicitation Number
FA8075-14-R-0001
 
Point of Contact
Stanley F. Stearns, Phone: 402-294-4711, John Lower, Phone: (402) 232-5330
 
E-Mail Address
csiactat@us.af.mil, csiactat@us.af.mil
(csiactat@us.af.mil, csiactat@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
DLA Form 1818 CS TATs INDUSTRY DAY: 27 May 2014 - Special Notice - Solicitation: FA8075-14-R-0001-- Multiple Award IDIQ Contracts - Full & Open with Potential Small Business Partial Dollar Threshold Set-Aside Acquisition: DoD Information Analysis Center (IAC) Cyber Security Technical Area Tasks (CS TATs) NAICS/Size: The NAICS code for this $2.4B acquisition is 541712 - Professional, Scientific and Technical Services - Research and Development in the Physical, Engineering and Life Sciences (except biotechnology). The Small Business size standard is 500 employees. Industry Day Open Market Event: Date: 27 May 2014, from 8:30 AM to 11:30 AM EDT; Location: Defense Logistics Agency Headquarters Auditorium (Andrew T. McNamara Complex) 8725 John J. Kingman Rd, Fort Belvoir, VA 22060. 1. An open industry day forum to discuss the DoD Information Analysis Center (IAC) CS TATs acquisition (follow on to the $2B Software Network Information Management MAC IDIQ contract that expires 30 Sept 2015), milestones and updated acquisition strategy as presented in this Special Notice will be held on 27 May 2014, from 8:30 AM to 11:30 AM EDT, at the Defense Logistics Agency Headquarters Auditorium (Andrew T. McNamara Complex), 8725 John J. Kingman Road, Fort Belvoir, VA 22060-6217. The Government is interested in Industry feedback on the CS TATs acquisition Strategy Updates and will utilize the feedback in the development of the DRAFT solicitation. The Government will also provide new information related to the upcoming IAC TATs acquisition opportunities. Attendees must send their name, title, organization, email address, and telephone number to iacconference@dtic.mil no later than 12:00 PM EDT on 21 May 2014. Once that information is received, attendees will be provided with additional information regarding directions to the complex, parking, check-in, etc. Please direct any questions regarding this registration process to Daniel Peat (703) 767-9112 or Melinda Rozga (703) 767-9122 or email iacconference@dtic.mil. Additionally, As of May 1, 2014 all non-DoD visitors to the DLA facility without a Common Access Card (CAC) (including military retirees if they lack a CAC) must be cleared prior to being granted access to the DLA complex. Clearance requests for visitors must be submitted to visitor.access@dla.mil no later than 12:00PM EDT on 21 May 2014. Please see attached DLA Form 1818 in this posting. Be sure to include the following information listed below for your visitors. You must fill out Blocks 2 Name of Requester, 4 Telephone #, 9 Gender & Full Name, 11 SSN, & 12 Date of Birth. This information will be used to conduct a search in the National Crime Information Center (NCIC). When you forward the email, please ensure that it is encrypted, since it includes PII. Understandably, some non-DoD visitors may be reluctant to provide us personal information through email or fax. Here are two alternatives for you to use: a) You can leverage the Army's Safe Access File Exchange. This allows non DoD visitors to send encrypted emails to.mil recipients. The easy to use URL is: https://safe.amrdec.army.mil/safe/Welcome.aspx b) You can also use the attached DLA Form 1818, completing blocks 2, 4, 9, 11, & 12, and also includes the visitor's gender in block 9. This form can be password protected so that only the sender and receiver of the email may open the document. [visitor.access@dla.mil] 2. The Government will seek to award approximately 9 multiple award IDIQ contracts for the Defense Technical Information Center's (DTIC) Cyber Security Technical Area Tasks (TATs). Approximately 3 of these IDIQ contract awards are reserved for small businesses (SBs). The Government reserves the right to award more or fewer contracts in total or a different mix of SBs and full and open awards if the Source Selection Authority (SSA) determines it is in the Government's best interest. The SSA will consider the Government's expected volume of work, available funding, adequate competition, and the availability of best-value proposals. Each contract will have a six year ordering period. The CS TATs acquisition (IDIQ contract(s)) will be conducted using a best value trade-off source selection approach. The Technical, price, and past performance criteria may vary depending on the business type (large and small). 3. For the approximate 9 IDIQ contract awards, approximately six (6) will be in the Full & Open (F&O) Competition pool. This F&O Competition Pool is unrestricted and open to both large and small businesses. For the SB partial set-aside, (approximately 3 IDIQ contract awards), the Government will establish a SB competition pool wherein competition is limited to SBs only; FAR 52.219-14, Limitations of Subcontracting applies. For SBs competing in the F&O Competition Pool, 52.219-14 will not apply. Individual task orders will be competed using Fair opportunity rules cited in FAR 16 for the two separate competition pools. 4. Interested parties are ADVISED regarding an Organizational Conflict of Interest (OCI). As previously posted, an OCI would exist if the Prime contractor from the Cyber Security Information Analysis Center (CSIAC) Basic Center Operation (BCO) acquisition, responsible for searching/disseminating data from the repository of STI or initially assisting a potential TAT customer via an inquiry, was also a Prime or Subcontractor competing for any CS TATs award (IDIQ contract and/or order levels). The CSIAC BCO contract holder is Quanterion Solutions, Inc. and the performance period is from 29 September 2012 to 30 June 2017. The Government is completely avoiding this OCI risk by precluding the CSIAC BCO Prime contractor from being a Prime or Subcontractor under a CS TATs award. 5. The CS TATs IDIQ contracts will perform research and analysis mission services support related to the focus areas of Software Analysis, Information Assurance, Information Sharing/Knowledge Management and Modeling and Simulation. Specific CS TATs projects will be acquired under separately funded task orders. TAT projects will originate from evolving/emerging Government requirements, will usually necessitate a rapid response, and will often integrate the expertise of a diverse cadre of professionals from across various disciplines. The Government encourages interested small businesses to consider teaming arrangements, partnerships, joint ventures, etc., when considering this CS TATs acquisition opportunity. Cross-teaming is a teaming arrangement in which prime contractors participate as a subcontractor/team member with another prime or team member/subcontractor and/or subcontracts/teams with more than one prime contractor. Any contractor may, for example, compete to be the prime for one team and a subcontractor for another team. It is the Government's policy to recognize the integrity and validity of contractor team arrangements and to not restrict the market, provided the arrangements are identified and company relationships are fully disclosed in an offer. The Government will not normally require or encourage the dissolution of contractor team arrangements. However, the OCI information as stated in paragraph 3 above must be factored into any Industry teaming considerations. Interested parties are encouraged to visit the DOD Guidebook For Facilitating Small Business Team Arrangements at http://www.acq.osd.mil/osbp/docs/dod_OSBP_Guidebook_for_Facilitating_Small_Business_Team_Arrangements.pdf 6. The development of the CS TATs acquisition DRAFT solicitation is still in progress. The draft solicitation will be available this summer and will be posted on FBO under the above-referenced solicitation number. Industry will be provided an opportunity to comment on the entire DRAFT solicitation, including the PWS, once it is released. 7. Industry input is integral to the successful development and execution of acquisition strategies for Defense procurements. In addition to the feedback you will be providing via your attendance at the referenced Industry Day Event, the Government also requests your written input on the following two questions regarding the CS TATs acquisition (IDIQ Contracts- F&O Competition Pool). Submit your response to csiactat@us.af.mil not later than 4:00 PM Central on 23 May 2014. Questions: 1.) If the government decides to place a SB Partial Set-Aside based on a dollar threshold for CS TATs what dollar amount would you set it at? 2.) The Government is placing additional SB Participation Requirements in its solicitations to promote enhanced opportunities and enforced accountability throughout contract performance. One requirement in particular involves adding a minimum SB subcontracting percentage requirement via use of a special contract requirement (Section H clause). This percentage requirement is based on ‘total obligated dollars' - not total subcontracting dollars. Given the nature of the research and analysis services contemplated for this CS TATs IDIQ Contract(s) under NAICS 541712, what is a ‘reasonably achievable' percentage level of small business subcontracting based on ‘your company's demonstrated past performance records' and based on total contract dollars? In your response self-identify as a SB or LB and your company name. 8. For those not familiar with the DoD Information Analysis Center visit http://iac.dtic.mil/. In addition, Department of Defense Instruction 3200.14, Principles and Operational Parameters of the DoD Scientific and Technical Information can be found at http://www.dtic.mil/dtic/pdf/customer/STINFOdata/DoDI_320014.pdf. Attachment: DLA Form 1818
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/55CONS/FA8075-14-R-0001/listing.html)
 
Record
SN03356807-W 20140507/140505234207-46cfd327540536124a99fb542636062b (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.