MODIFICATION
B -- Modeling and Simulation - Updated Draft PWS - October 2014
- Notice Date
- 11/4/2014
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering 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
- FA9401-15-R-8003
- Archive Date
- 9/30/2014
- Point of Contact
- Jennifer Wilterdink, Phone: 505-846-5705, Maxine A. Gallegos, Phone: 5058531152
- E-Mail Address
-
jennifer.wilterdink@us.af.mil, maxine.gallegos@us.af.mil
(jennifer.wilterdink@us.af.mil, maxine.gallegos@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Updated Draft PWS - October 2014 Solicitation Number: FA9401-15-R-8003, Modeling and Simulation for Air Force Nuclear Weapon Systems and Counter-Chemical and Biological Notice Type: Sources Sought, Request for Information Synopsis: NOTE: All correspondence must be submitted to the Contracting POCs. 1. Part: U.S. Government Procurements 2. Subpart: Engineering Services 3. Product/Service Code: B541 4. Agency: Department of the Air Force 5. Responsible Office and Address: Air Force Nuclear Weapons Center (AFNWC), Contracting Directorate, Installation Support Contracting Division, Specialized Branch (PZID), 8500 Gibson Blvd SE, Bldg 20202, Kirtland AFB NM 87117 6. Notice Type: Sources Sought - Statement of Capabilities (SOC) 7. Description of the efforts needed are included in the attached DRAFT Performance Work Statement (PWS): AFNWC/PZID is contracting for Engineering tasks required to support sustainment and development of the AFNWC's various models, simulations, statistical models, optimizations, and decision analysis tools' hardware and software baselines. This effort shall require engineering, configuration management, communication, technical assessment, studies, analyses, documentation, and programmatic support associated with concurrency, upgrades, enhancements, and maintaining various spreadsheet models, simulations, statistical models, optimizations, and decision analysis tool's hardware and software baselines. This effort also includes the activities associated with designing, testing, documenting, and fielding approved changes to the various spreadsheet models, simulations, statistical models, optimizations, and decision analysis tools' hardware and software baselines. The Contractor shall perform or support studies and analyses with Subject Matter Experts (SMEs) as defined in PWS Para 3.5.1-3.5.5. These studies will analyze the lifecycle of various weapons systems, the sustainment of the weapon stockpile, projected effectiveness of weapons, and the development and testing of weapon effects for chemical and biological threats in various environments. These studies will require designing, developing, and adapting mathematical, statistical, econometric, and other analytical methods and techniques for various weapon systems and technologies. The Contractor shall document findings and recommendations in briefings and/or final reports. The Contractor shall propose Modeling, Simulations and Analysis (MS&A) techniques for each study and receive concurrence before techniques are employed. 8. Foreign-owned firms are advised they are precluded from submitting a SOC, and no prime contractor may have a subcontractor who is foreign-owned. These firms are advised to direct questions to the Contracting Points of Contact listed below. These positions require employees to be United States Citizens with the capability to obtain and maintain a minimum Top Secret clearance. Foreign Citizen Performance Restrictions (i.e., those holding non-U.S. Passports): This requirement is "export-controlled." The information and materials provided pursuant to, or resulting from, this requirement 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 C.F.R § 120.15 or if offeror 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, and no prime contractor may have a subcontractor who is a foreigner. Foreign Citizens will at no time be allowed to work on Air Force installations. 9. Technology developed under this requirement 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 PWS. 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. 10. Request for Statement of Capability (SOC): The SOC shall contain the following information: (1) Demonstrate ability to respond to all mission areas; (2) Include a notional plan to assure the availability of an adequate number of qualified and trained personnel to perform the continuous mission requirements; (3) Demonstrate how classified work at the Top Secret level would be accomplished to design, test, document, and field approved changes to the various spreadsheet models, simulations, statistical models, optimizations, and decision analysis tools' hardware and software baselines. All interested firms shall submit, to the Contract Specialist listed below, an UNCLASSIFIED response that includes detailed information demonstrating their capabilities. SOCs may be emailed to the Contracting Points of Contact listed below by the response date identified in Paragraph 12. The SOC is limited to 10 pages, single spaced, 12-point Times New Roman font. NOTE: If there is a resulting contract, it will be made only to offeror(s) who can perform the work within the AFNWC facility and have sufficient Top Secret cleared personnel with current qualifications available at the time of contract award. All contractor employees shall maintain, at a minimum, a Top Secret, level clearance with Sensitive Compartmented Information (SCI), Critical Nuclear Weapons Design Information (CNWDI), and North Atlantic Treaty Organization (NATO). Also, access to classified Air Force and Defense Threat Reduction Agency (DTRA) databases will be required at the Top Secret Level. Firms responding should include their DUNS number and cage code. Firms should include if they are a GSA Schedule holder and under what Schedule and Special Item Number(s) (SINs) they would propose potential work. The government anticipates using NAICS Code 541330, Engineering Services; Size Standard: $15M. 11. This sources sought synopsis is in support of market research being conducted by Air Force Nuclear Weapons Center (AFNWC), Contracting Directorate, Kirtland AFB NM 87117. 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 synopsis 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 be notified individually of the results of any Government assessments. The Government's evaluation of the SOCs received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business concern (e.g., HUBZone; Service-Disabled, Veteran-Owned; Veteran Owned; Small Disadvantaged 8(a); Historically Black College or University; and/or Woman-Owned). Offerors shall indicate whether they are/are not a small business; HUBZone; Service-Disabled, Veteran-Owned; Veteran Owned; Small Disadvantaged 8(a); Historically Black College or University; and/or Woman-Owned. Do not summit an SOC if you do not intend to be a prime or lead. Potential offerors should refer questions to the Contracting Points of Contact listed below. Submit SOCs no later than 4pm MST on 04 December 2014. 12. Contracting Points of Contact (POCs): AFNWC/PZID Contracting Officer: Maxine Gallegos, maxine.gallegos@us.af.mil, (505) 853-1152 AFNWC/PZID Contracting Officer: Melissa Garmoe, melissa.garmoe@us.af.mil, (505) 853-1977 AFNWC/PZID Contract Specialist: Jennifer Wilterdink, jennifer.wilterdink@us.af.mil, (505) 846-5705 REQUEST FOR INFORMATION. Responses to this section do not have a page limit and should be separated from the SOCs. NOTE: Answers to the below will be used to develop the government's acquisition strategy and will not be shared with any outside sources. 1. Based on the DRAFT PWS, do you concur that NAICS Code 541330 is the most appropriate code for this requirement? If not, what is your recommendation? Please provide your rationale for the recommendation provided. 2. Based on the type of work identified in the PWS what type of contract do you believe best fits the work structure, for example: Firm-Fixed Price, Cost Plus Fixed Fee, etc.? Please provide your rationale for the recommendation provided. 3. Based on the type of work identified in the PWS, are you aware of existing contracts that may be able to support this requirement? If so, please identify the contract number, the agency under which the contract was awarded, and a government point of contract (preferably the contracting officer). 4. The government believes this requirement does not fit the definition of a commercial acquisition as defined in FAR 2.101, Commercial Item, and will therefore proceed with a non-commercial process. If you believe otherwise, please provide your rationale. 5. The government believes that a 5-year Indefinite Delivery Indefinite Quantity (IDIQ) contract may be the best type of contract for this requirement, but has not made that final determination. If you have experience with a better type, please provide your recommendation and rationale.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/FA9401-15-R-8003/listing.html)
- Place of Performance
- Address: Kirtland AFB, New Mexico, Albuquerque, New Mexico, 87117, United States
- Zip Code: 87117
- Zip Code: 87117
- Record
- SN03565804-W 20141106/141104234659-bcb0fdda08f2bf455a87fea9a00ffc6b (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 |