MODIFICATION
58 -- concerning Flexible Information Assurance Acquisition Tool (FIA2T) A - FIA2T Statement of Objective
- Notice Date
- 9/22/2015
- Notice Type
- Modification/Amendment
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Material Command, AFLCMC - Hanscom, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731, United States
- ZIP Code
- 01731
- Solicitation Number
- FA8307-14-R-0049
- Point of Contact
- Ralph M. Urias, Jr., Phone: 210-925-1072, Hattie L. Peay, Phone: 210-925-1264
- E-Mail Address
-
Ralph.Urias@us.af.mil, hattie.peay@us.af.mil
(Ralph.Urias@us.af.mil, hattie.peay@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- FIA2T Statement of Objective (SOO) The following FIA2T industry update is provided for information and planning purposes. No response from industry is required until after a draft RFP is released currently anticipated being in October 2015. Due to the value and scope of the FIA2T IDIQ contract and industry feedback to RFI #14, rather than using the planned small business (SB) Reserve as a SB competition strategy announced in prior RFI #13, the FIA2T team is planning issuance of a partial SB set-aside to encourage SB participation as a direct awardee in the FIA2T MA IDIQ contract. All work will be divided into two competitive "pools" the SB and UNRESTRICTED. The UNRESTRICTED pool is open to all interested parties regardless of business size. The evaluation criteria for awardees in the unrestricted pool with sample task 1 and 2, remains unchanged. The SB pool will result in a direct contract award for a partial set-aside for work identified in the FIA2T Statement of Objective (SOO) under the SB partial set-aside IAW FAR 19.502-4(b). The anticipated NAICS code and corresponding size standard for this effort is 541712/500 employees. To support the contemplated SB partial set-aside, the FIA2T Program reduced the original 11 tasks in the SOO down to five tasks (see attached updated SOO dated 28 Aug 15). These five new tasks are in line with the acquisition life-cycle management of a program. The small business partial set-aside would involve the initial task, Material Solutions Analysis (MSA) phase. This task was chosen based on the examples of work performed and provided by small businesses for AFLCMC/HN in the past and FIA2T RFI responses. This task is detailed in the attached SOO. Since approximately 80% of the FIA2T IDIQ Small business set-aside tasks will require either Secret or above clearances, small business primes performing MSA tasks will be required to have four security certifications or provide a plan to achieve these certifications in a reasonable and timely manner (with Government sponsorship). An award in the SB pool can be made to an Offeror prior to attaining these certifications, however, the Offeror will not be eligible to submit a proposal for any TO/DOs until they receive their security certifications. The four security certifications are: 1. SECRET or Above Data Processing 2. SECRET or Above COMSEC Account 3. SECRET or Above Safeguarding 4. SECRET or Above Facility Clearance The government is forecasting 50 DO/TOs with a total value of $50M (uncapped) to be awarded in the SB pool over the life of the contract. Technical certifications (including having a NSA certified product, CMMI level 3, and quality certifications (ISO 9001:2008 or SAE AS9100C) will not be required for the partial SB set-aside however, they will still be required for the UNRESTRICTED pool. The UNRESTICTED pool will encompass the additional 4 FIA2T SOO tasks (TMRR phase, EMD phase, Production phase, and Product Support directly related to end-item NSA certified crypto products). All of these tasks will directly support NSA certified crypto products. The government is forecasting 53 DO/TOs with a total value of $875M to be awarded in the UNRESTRICTED pool over the life of the contract. The total ceiling on the entire FIA2T contract will be set at $925M with a five year ordering period, and one five year option to extend the ordering period to a 10-year period of performance. The Government will be seeking industry feedback on this potential partial set-aside approach after the draft RFP is released.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/FA8307-14-R-0049/listing.html)
- Place of Performance
- Address: 230 Hall Blvd, Ste 205, San Antonio, Texas, 78243, United States
- Zip Code: 78243
- Zip Code: 78243
- Record
- SN03897539-W 20150924/150922235210-32cacce91323ae52dcc42e94d593ca72 (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 |