Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2017 FBO #5635
SPECIAL NOTICE

18 -- Western Range Command Destruct Modernization (WRCDM) program. The WRCDM inteds to modernize the range safety critical system. The criticality of the system makes it imperative to be designed, intergated & tested with no Single Points of Failure. - WRCDM Attachments 1 - 4

Notice Date
4/26/2017
 
Notice Type
Special Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
FA8806-17-R
 
Archive Date
6/2/2017
 
Point of Contact
Herbert B. Countee, Phone: 3106532072, Dana Cody, Phone: 3106531594
 
E-Mail Address
herbert.countee@us.af.mil, Dana.Cody@us.af.mil
(herbert.countee@us.af.mil, Dana.Cody@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1: Contractors Live-Link Administration; Attachment 2: System Authorization Access Request (SAAR); Attachment 3: WRCDM Industry Day Information SMC/RN; and Attachment 4: 2016 - EAL Instruction Sheet - Entry Access Listing Form. Western Range Command Destruct Modernization (WRCDM) Special Notice Request For Information (RFI) Exchange with Industry Space and Missile Systems Center (SMC) Range and Network Division (RN) I. Description / Purpose: The purpose of this Request for Information (RFI) synopsis special notice is to correct/update the deleted RFI synopsis special notice FA8806-17. This RFI synopsis special notice provides interested vendors an opportunity to review the missing documents, plus additional added documents and for vendors to provide comments on the Government's draft requirement documents for the Western Range Command Destruct Modernization (WRCDM) program. Interested vendors are strongly discouraged from drafting proposals based on the draft requirement documents as they may change significantly prior to any final Request for Proposal announcement. The Government requests industry review and feedback on the following WRCDM documents. The requirement documents are contained on the Bidder's Library and access can be requested at the Contractor Livelink Instructions (see Attachment 1). Document Title Date Section L: Instructions to Offerors 7 March 2017 Section M: Evaluation Factors for Award 7 March 2017 Statement of Work (SOW) 28 August 2016 WRCDM Technical Requirements Document (TRD) 14 July 2016 Contract Data Requirements List (CDRL) 19 August 2016 Incentive Plan 28 July 2016 Positive Control Subsystem (PCSS) Concept of Operations (CONOPS) (For Reference Only) 14 July 2016 In addition, please provide industry comment on the following tenets of the program documentation: •· WRCDM intends to modernize a range safety critical system. The criticality of the system makes it imperative to be designed, integrated and tested with no Single Points of Failure (SPOF). The Government requests industry feedback on appropriate evaluation criteria and source selection methodology to evaluate an Offeror's ability to design and integrate a system with no SPOFs. •· The incentive plan incentivizes both cost and schedule. Specifically, a cost overrun and/or the inability to meet the Government's schedule milestone dates may negatively impact the contractor's amount of profit. Therefore, the Government requests feedback on the structure of the incentive plan to include schedule milestones and/or entry/exit criteria. •· The WRCDM program will involve facility site renovations. The Government requests feedback on specific limitations or challenges with obtaining the necessary construction permits for locations in Santa Barbara County, California. If applicable, please Identify your previous construction efforts at this location and any special permits that were obtained before work could be performed. •· The Government intends to request Offerors to submit a resource loaded Integrated Master Schedule (IMS) with associated Schedule Risk Assessments (SRAs) in the technical volume of their proposal. Please provide industry feedback on the feasibility of an IMS's usefulness as a discriminating aspect for distinguishing between competing Offeror's proposals. •· Provide industry feedback on areas within the scope of the WRCDM program that will likely be subcontracted to small businesses. Please identify the specific work and or opportunities within the effort for the Government to determine an appropriate percentage for small business participation. •· The proposed contract will includes twenty-six individual Contract Data Requirement List (CDRLs). The proposed CDRLs are a combination of technical and programmatic deliverables. Please provide comments on the feasibility of the CDRLs as proposed, such as the number and type of data requested •· The Government will assign strengths, if warranted, for aspects of the Offeror's technical approach which may exceed minimum requirements and would provide benefits (monetize where possible) to the Government during contract performance. Please submit any recommendations or suggestions of specific attributes or features of an approach for performing the Government's WRCDM requirements that could be assessed a strength and have merit during contract performance. II. Industry Days: A WRCDM Industry Day will be held May 10 - 11, 2017 to provide additional information and to hold site visits. Interested parties shall notify the POC or Alternate listed below by April 28 2017 if they will be attending Industry Day, see Attachment 3 and Attachment 4. If you are attending the WRCM Industry Day, you will need to complete the form under Attachment 4 to attend the WRCDM Industry Day Event. Further details regarding Industry Day can be found in the document titled "Industry Day Information" on the Bidder's Library. Please note that industry comment and feedback is voluntary and failure to respond to this request for the WRCDM draft documentation does not preclude formal proposal submittal nor industry day participation if and or when a formal acquisition or an industry day is announced. III. NAICS Code: The NAICS Code is 541512 - Computer Systems Design Services. IV. Declaration: This is not a formal solicitation. Please be advised this is a Request for Information only and does not obligate the Government to reimburse any cost associated with preparation and/or submission of this information. V. Place of Performance: Vandenberg Air Force Base, CA, Laguna Peak at Point Mugu Naval Air Warfare Center, CA, and Los Angeles Air Force Base, CA. VI. Contracting Office Address: Department of the Air Force, Air Force Space Command, SMC/RNK - Space and Missiles System Center, Bldg. 270, 2nd Floor, 483 N Aviation Blvd, El Segundo, CA, 90245 VII. Response Classification: Interested parties shall provide a non-proprietary and unclassified response to this request for review. Any proprietary or classified response(s) will be returned unread. Non-government support contractors listed below may be involved in the review of any responses submitted. All questions and answers will be posted to FBO. Company Name Address The Aerospace Corporation (FFRDC) PO Box 92957 Los Angeles, CA 90009-2957 Booz Allen Hamilton 5220 Pacific Concourse Drive, Suite 200 Los Angeles, CA 90045 ENSCO 360 N. Sepulveda Blvd, STE 1026 El Segundo, CA 90245-4413 Quantech 5220 Pacific Concourse Drive, Suite 300 Los Angeles, CA 90045 VIII. Response Format: Interested parties shall provide their feedback on the attached Comment Resolution Matrix (CRM). Do not include any company proprietary data in your response to the Government. Page size shall be 8.5 x 11. Font size shall be 12 pt. The Government will not accept company literature or marketing materials. IX. Response Due Date: 1700 PDT, May 18, 2017. X. Submission Instructions: Submit an electronic copy of the CRM in Microsoft Excel format to the Primary Point of Contact by the Response Due Date. Hard copy responses will not be accepted. XI. Questions: All communications associated with this documentation shall be submitted via email to the Primary Point of Contact. XII. Point of Contact: Primary: Mr. Herbert Countee, Contracting Officer, at herbert.countee@us.af.mil, or (310) 653-2072 Alternate: Dana Cody, Contracting Specialist, at dana.cody@us.af.mil, or (310) 653-1404 Alternate: Capt Samuel Oas, Contracting Specialist, at samuel.oas.1@us.af.mil, or (310) 653-1594 4 Attachments: •1. Contractor LL Instructions •2. DD Form 2875 - SAAR •3. Industry Day Information •4. New 2016 EAL Requirements Instruction
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8806-17-R/listing.html)
 
Place of Performance
Address: PT Mugu, Oxnard, CA 93033 and Vandenberg AFB, CA 93437, Vandenberg AFB, California, 93437, United States
Zip Code: 93437
 
Record
SN04486545-W 20170428/170426235601-ce85a372b6dd55be0ab9573e6ed188b7 (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  © 1994-2020, Loren Data Corp.