Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2017 FBO #5650
MODIFICATION

R -- Modeling & Simulation Software Development, Operation & Sustainment

Notice Date
5/11/2017
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFNWC/PZNK, 1551 Wyoming Blvd SE, Kirtland AFB, New Mexico, 87117, United States
 
ZIP Code
87117
 
Solicitation Number
FA2360-17-R-8005
 
Archive Date
6/9/2017
 
Point of Contact
Lisa Postma, Phone: 5058464362
 
E-Mail Address
lisa.postma@us.af.mil
(lisa.postma@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
***************** Updated 11 May 17 AFNWC would like to thank everyone who took the time to submit a Statement of Capability in response to our sources sought. We carefully considered the available contracts identified in the SOCs and NAICS recommendations and have determined that GSA One Acquisition Solution for Integrated Services (OASIS) Small Business Pool 3, NAICS 541330 Engineering Exception A Engineering for Military and Aerospace Equipment and Military Weapons is the appropriate contract vehicle for our requirements. This will be the final posting on FBO.gov. **************** 1. 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. 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. There is no solicitation package available at this time. The decision to solicit for a contract shall be solely within the Government's discretion. Respondents will not be notified individually of the results of any Government assessments. The Government may use the information obtained from responses to this notice in determining its acquisition approach, but the issuance of this notice does not restrict the Government's acquisition approach. The U.S. Government reserves the right to reject, in whole or in part, any input as a result of this notice. Not responding to this sources sought does not preclude participation in any future solicitation, if any is issued. Small Businesses are encouraged to provide responses to this sources sought in order to assist AFNWC in determining potential levels of capability and competition available in the industry, as well as helping to determine the potential for a set-aside. It is the responsibility of the interested parties to monitor the FedBizOpps site for additional information pertaining to this sources sought. 2. Description of Effort: AFNWC is currently considering, a single award IDIQ contract for modeling & simulation of weapons systems. The IDIQ will consist of both cost reimbursable and firm fixed price CLINs. The task orders are estimated to be funded with both R&D and O&M funds. PSC R412 Support - Professional Simulation. This acquisition will provide software development, operation and sustainment support services to better provide and improve the nuclear enterprise's analytic and decision making capabilities. The scope of this acquisition includes the development, operation and sustainment of both commercial and non-commercial software products to be utilized by the AFNWC. This effort shall require configuration management, communication, studies, analyses, documentation, and programmatic support associated with concurrency, upgrades/enhancements and maintaining various spreadsheet models, simulations, statistical models, optimizations, decision analysis tools 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 and software baselines. The performance requirements are defined in paragraph 3.0 of the attached draft Performance Work Statement (PWS). Be aware that the attached draft PWS is approximately 85% complete. Anticipated required skill sets include computer engineering, computer network architecture, computer programming, computer security, configuration management, database management, information assurance, mathematics, operations research, software application development, systems software development and statistics. 3. Request for Statement of Capability (SOC): All SOCs shall be UNCLASSIFIED. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED and SEGREGATED. The SOC is limited to 10 pages, single spaced, 12-point Times New Roman font. a. Capabilities: The SOC shall demonstrate the following: (1) Contractor has relevant and recent knowledge of and experience with modeling and simulation of systems including proficiency in the following programming languages to include, but not be limited to: COBOL, Fortran, C, C++, JavaScript, Red Hat, Python, Matlab, Labview, Data Access Language, Structured Query Language, and Oracle. Experience with modeling and simulation of weapons systems is preferred; however, if you do not have weapons experience please explain how your experience would be applicable to this draft PWS. (2) Contractor follows documented system engineering processes for requirements management; configuration management; development of specifications; definition and illustration of architectures and interfaces; design; test and evaluation/verification and validation; deployment and maintenance. (3) Contractor currently has the appropriate cleared personnel who can perform the effort. Note personnel must have DOD TOP SECRET with the ability to be read into Restricted Data category (S/RD), Critical Nuclear Weapon Design Information (CNWDI), NATO Secret/ATOMAL and Special Programs. (4) Identify any potential organizational conflict of interests (just a short statement on the potential issues is required). b. Company information: The SOC shall include the following business information: (1) Company POC, telephone number and email address (2) CAGE code (3) Size status under NAICS 541511 (size standard $27.5M); please state status as: Large Business (LB); Small Business (SB); Historically Underutilized Business Zone SB (HUBZone); Veteran-Owned SB (VOSB); Service-Disabled Veteran-Owned SB (SDVOSB); 8(a) Certified SB; Women-Owned SB (WOSB)/Economically Disadvantaged Women-Owned Small Business (EDWOSB); and/or Historically Black College or University (4) If a small business, can your company serve as a prime? c. Additional Market Research Questions: (1) If applicable, recommended GSA Schedule Contract Number and what Special Item Number(s) (SIN) under which potential work could be proposed. (2) If applicable, other government contracts under which this work can be performed. Please include contract number, name, and Government POC, including email address and phone number. (3) If applicable, propose a more appropriate NAICS code and/or PSC. Please include your rationale on why it would be more appropriate. (7) The government has not yet made a determination if this requirement fits the definition of commercial acquisition - as defined in FAR 2.101, Commercial Item. Please provide a recommendation for commercial or non-commercial and rationale for your recommendation. (8) The government initially wrote the requirement as service; however, considering that the primary deliverable is software, is it recommended that this acquisition be considered a supply acquisition instead of a service? Please provide the rationale for your recommendation. (9) Do you have any recommendations and/or concerns with the draft PWS (eg. performance requirements, skill sets required, management)? (10) Are there any additional skill sets that you believe should also be required to support the scope of work defined in the PWS? (11) If you are a Large Business responding to this sources sought, briefly expalin where within the PWS you would potentially utilize small businesses to fulfill requirements. 4. Restrictions: AFNWC is authorized to exclude all foreign participation at the prime contractor level for subject procurement. Foreign participation is prohibited at the prime contractor level. U.S. based offerors must disclose any proposed use of foreign nationals (FNs), their country(ies) of origin, the type of visa or work permit possessed, and the PWS tasks intended for accomplishment by the FN(s). Offerors are advised FNs proposed to perform may be restricted under U.S. Export Control Laws due to the nature of the technical data. RESTRICTION ON PERFORMANCE BY FOREIGN CITIZENS (i.e., those holding non-U.S. Passports): This topic is "Export-controlled". The information and materials provided pursuant to or resulting from this topic are restricted under the ITAR, 22 C.F.R. Parts 120 - 130 or the EAR, 15 C.F.R. Parts 710 - 774. Foreign Citizens may perform work under an unclassified award resulting from this topic only if they are designated as a U.S. Person, as defined by 22 CFR § 120.15, or if bidder is able to obtain an export license through the Department of State or Department of Commerce. Foreign Citizens designated as U.S. Persons are not permitted to perform work under a classified award. Foreign citizens will at no time be allowed to work on Air Force installations.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/516446b6784894143c3bc6cd40fa207a)
 
Place of Performance
Address: Contractor and Government Facilities - see draft PWS paragraph 2.7.1., United States
 
Record
SN04505476-W 20170513/170512000044-516446b6784894143c3bc6cd40fa207a (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.