SPECIAL NOTICE
14 -- Integration Support Contract - ISC PWS
- Notice Date
- 3/16/2016
- Notice Type
- Special Notice
- 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
- FA8207-16-I-ISCINC
- Archive Date
- 4/9/2016
- Point of Contact
- Kirk A Dean, Phone: 8017775668
- E-Mail Address
-
kirk.dean@us.af.mil
(kirk.dean@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- ISC PWS This announcement constitutes a request for information for the purpose of conducting market research. The Air Force is contemplating seeking a ceiling increase of the current Integration Support Contract (ISC) to ensure continued engineering and program management support on various ICBM Systems Directorate programs through the end of the current contract period of performance, 31 January 2022. The ISC assists the Government in performing its roles as Intercontinental Ballistic Missile (ICBM) weapon system integrator and the program management office. The contractor's main function is in support of weapon system integration to include Systems Engineering, Integration and Program Management support. This contract augments organic resources by providing breadth and depth of capabilities for nuclear surety, system safety and security, system engineering and integration, sustaining engineering, program management, risk management, technical assessment, strategy development, interface with operations and logistics, business analysis, mission effectiveness, and ICBM Demonstration/Validation (Dem/Val) Applications Programs. A copy of the current ISC Performance Work Statement (PWS) is attached. The ISC contract is currently performed by BAE Systems Technology Solutions & Services Inc. The contract includes a total estimated ceiling of $918M and consists of an initial base-year, seven one year options and a six month extension ending 31 January 2022. The Government is currently in the second option period. Cost estimates were based on the integration related support requirements according to the ICBM Roadmap, at the time of award. Based on execution of this contract for all option periods the Air Force estimates reaching the ceiling as early as 31 July 2016 making the contract unavailable for additional within scope requirements. The annual magnitude of the ISC is estimated to be approximately $90M; however, the actual magnitude could be as much as $180M annually. The general scope of the ISC includes Sustaining Engineering, Program Management and Engineering support of the ICBM Weapon System. Sustaining Engineering is dedicated to assessment of ICBM weapon system status relating to key performance requirements. It includes, but is not limited to: assessing deficiency indicators; defining the characteristics and causes of deficiencies; determining the impact on the affected product; identifying and evaluating alternative solutions; recommending preferred solution; and designing, integrating and validating the solution. It includes all associated efforts (e.g., engineering and technical data, modeling, simulation, and testing) which are integral to the completion of the overall engineering task as well as the engineering effort necessary to define and specify necessary embedded system and associated test system software changes after establishment of an initial software production baseline. Program Management support shall assist and advise in program management activities to include, but not limited to: Support acquisition planning and execution of pre-system acquisition and acquisition phase program activities that are consistent with DoD 5000 series directives for ACAT I, II and III, as well as Non-ACAT acquisition and sustainment programs. Support joint DoD/DOE nuclear weapon life-cycle activities in accordance with DoD Directive 3150.1 and DODI 5030.55, as well as any other relevant U.S. law, DoD, CJCS, USAF, or other Service Component, directive, policy, instruction, or guide. Assist and advise in analysis, planning, and reporting through the chain-of-command any capability gaps or mission enhancements that may be mitigated/enhanced through materiel solutions. Help prepare and participate in all associated technical reviews, program management reviews, meetings, working groups, and work all associated actions as assigned. Engineering support is the application of scientific and engineering effort to transform an operational need into a description of system performance parameters and a preferred system configuration (both hardware and software) through the use of an iterative process of functional analysis, synthesis, optimization, definition, design, test, and evaluation. Integrate related technical parameters and assure compatibility of all physical, functional, and program interfaces in a manner that optimizes the total system definition and design. Integrate reliability, maintainability, logistics support, safety, producability, security, survivability, structural integrity, human factors and other related specialties into the total engineering effort. Potential sources will be required to maintain Top Secret Facility Clearance. The contractor will be required to access classified data up to Top Secret and clearance at the appropriate level will be required. The following Organizational Conflict of Interest (OCI) restrictions apply to this effort: -The Contractor shall perform systems engineering and/or technical direction, but will not have overall contractual responsibility for the system's development, integration, assembly and checkout, or production. The parties recognize that the Contractor shall occupy a highly influential and responsible position in determining the system's basic concepts and supervising their execution by other Contractors. The Contractor's judgment and recommendations must be objective, impartial, and independent. To avoid the prospect of the Contractor's judgment or recommendations being influenced by its own products or capabilities, it is agreed that the Contractor is precluded for five years from expiration of the current ISC contract from award of a DoD contract to supply the system or any of its major components, and from acting as a major subcontractor or consultant to a DoD supplier for the system or any of its major components. -The Contractor shall either prepare or assist in preparing a work statement for use in competitively acquiring Minuteman III modifications, or provide material leading directly, predictably, and without delay to such work statements. The Contractor may not supply Minuteman III (to include GBSD) development or production requirements for the life of the development or production programs, as either the prime or major subcontractor unless it becomes the sole source, has participated in the design or development work, or more than one Contractor has participated in preparing the work statement. Interested parties should submit a concise and program specific response presenting sufficient information to address the following: 1. Provide details that clearly demonstrate evidence of the full capability and extensive experience your team possesses for executing systems engineering to meet the PWS requirements of WEAPON SYSTEM SUSTAINMENT and PROGRAM MANAGEMENT of the ICBM Weapon System. (Page Limit: 1) 2. Describe your company's core expertise, capabilities, capacity, and experience providing the following engineering services. (Page Limit: 5) a. Software (facilities, labs, language types, manpower, software tool, etc.) b. Testing c. Technical Data (development, digitization, integration, publishing, etc.) d. Safety and environmental (safety, pollution prevention, remediation, hazardous materials, corrosion prevention and control. e. Nuclear Surety f. Nuclear Survivability/Hardness g. Cybersecurity (threat analysis, mitigation, risk management framework) h. Modeling/simulation (reference modeling, 6DOF, etc.) i. Research & Development (system integration, laboratories, technology insertion, alternative fuels, etc.) 3. Provide details that you're able to maintain a Top Secret Facility Clearance, have the appropriate clearance levels to access classified data up to Top Secret. Identify your highest security clearance levels and describe how you would support levels including Critical Nuclear Weapons Design Information (CNWDI), Top Secret, Personnel Reliability Program (PRP), and Nuclear Command and Control. (Page Limit: 1) 4. Verify that there are no Organizational Conflict of Interests and that you do not have any contracts or subcontracts to supply the ICBM Weapon System or any of its major components, or act as a major subcontractor or consultant to a DoD supplier for the system or any of its major components. (Page Limit: 1) This request for information is not a request for competitive proposals. The Air Force will not pay for either the effort or the associated costs to respond or for any information provided. Responses to this announcement will help form the overall Acquisition Strategy. Responses must be submitted by 25 March 2016 to AFNWC/PZBC, ATTN: Kirk Dean, 6008 Wardleigh Road, Bldg 1580, Hill AFB UT 84056, or kirk.dean@us.af.mil. No phone or FAX requests will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8207-16-I-ISCINC/listing.html)
- Place of Performance
- Address: Hill AFB, Utah, 84056, United States
- Zip Code: 84056
- Zip Code: 84056
- Record
- SN04052396-W 20160318/160316235147-203807f3114ad3b8386a8c2b53a05268 (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 |