Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 28, 2023 SAM #8005
SOLICITATION NOTICE

R -- Project CSDB

Notice Date
10/26/2023 9:09:09 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
FA8600 AFLCMC PK WRIGHT PATTERSON AFB OH 45433-7120 USA
 
ZIP Code
45433-7120
 
Solicitation Number
FA8600-23-S-C056-0002
 
Response Due
10/27/2023 2:00:00 PM
 
Archive Date
11/30/2023
 
Point of Contact
Stephen McGuire, Jeremy Gardner
 
E-Mail Address
AFLCMC.WA.ProjectCSDB@us.af.mil, AFLCMC.WA.ProjectCSDB@us.af.mil
(AFLCMC.WA.ProjectCSDB@us.af.mil, AFLCMC.WA.ProjectCSDB@us.af.mil)
 
Description
Amendment 1 - The purpose of this amendment is to attach a question and answer document dated 20 October 2023.� Amendment 2 - The purpose of this amendment is to clarify that the Step 1 - White Papers are due on 27 October 2023 at 1700 EST.� OVERVIEW This Commercial Solutions Opening (CSO) Call solicitation is issued in accordance with Section 803 of the National Defense Authorization Act (NDAA) for Fiscal Year (FY) 2022 (Pub. L. 117-81) and Class Deviation 2022-O0007. NAICS Code and associated description: 518210 Federal Agency Name and Contracting Officer: AFLCMC, Jeremy Gardner, AFLCMC.WA.ProjectCSDB@us.af.mil Commercial Solutions Opening Title: This is a combined synopsis/solicitation: AFLCMC Data Operation CSO Call 2 titled �Project CSDB.� Commercial Solutions Opening Number: FA8600-23-S-C056-0002 Commercial Solutions Opening Type: This is the initial announcement under Call 2. This will be a Two-Step Closed Call. First Step: WHITE PAPER DUE DATE AND TIME: White Papers and Video Presentations will be accepted until 27 October 2023 at 1700 EST. White Papers and Video Presentations may be submitted at any time during this period. White Papers and Video Presentations received after specified date and time, will be considered late in accordance with FAR 52.212-1(f). Second Step: PROPOSAL DUE DATE AND TIME: To be provided in the Requests for Proposal (RFP) sent to offerors that submit White Papers and Video Presentations considered to be of further interest to AFLCMC. Submission POC: White Papers and Video Presentations must be submitted via email to the following Contracting Points of Contact (POCs): Contracting Officer Name: Jeremy Gardner Contract Specialist Name: Steve McGuire Email: AFLCMC.WA.ProjectCSDB@us.af.mil FULL TEXT � CALL 2 Project CSDB 1.0 Overview This Commercial Services Opening (CSO) Call is intended to be a streamlined solicitation to allow for the establishment of a modern Data Operations (DataOps) solutions supporting a variety of critical national security systems. Air Force Life Cycle Management Center (AFLCMC) invites innovating technical white papers and proposals addressing the following aspects of software products, detailed below. This requires delivering an enduring, secure, robust, efficient, responsive, agile, elastic, and extensible software solution. This CSO Call may result in the award of a FAR Part 12 contract or an Other Transaction Agreement (OTA) under 10 USC 4022, to include an Other Transaction for Prototype Project pursuant to 10 USC 4022. AFLCMC intends to follow the processes identified in the �AFLCMC Data Operations CSO� unless otherwise noted or annotated in this Call. AFLCMC is not obligated to make any awards as a result of this Call and all awards are explicitly subject to the availability of funds and successful negotiations. The Government is not responsible for any monies expended by any offeror prior to the issuance of any awarded contract/agreement. AFLCMC reserves the right to modify the solicitation requirements of this CSO Call at its sole discretion. 2.0 Background The Air Force Life Cycle Management Center (AFLCMC) requires technical data from a portfolio of weapon systems. This technical data must be maintained in the USAF & industry standard specification S1000D, certified at multiple stages, verified for publication, and made readily available throughout the weapon systems developmental process. Once verified, the information can be published for end-user access. Management of this process first requires storage and network solutions to house and transmit this data, as well as rule set to govern the data, all IAW industry and USAF standards. This effort shall deliver the USAF a: Government-owned Common Source Database (CSDB) Government-owned Rules Exchange (BREX) Government-owned S1000D data set created during the Period of Performance (PoP) Government-licensed common viewer to edit and present the data, as well as all the necessary information technology and network infrastructure required to enable full functionality The purpose of this CSO is to supply the required software to convert, store, manage, and present technical source data that supports aircraft maintenance manuals, aircrew flight manuals, weapons delivery manuals, ground support manuals and any other associated manuals required by AFLCMC. Notional and verified data shall be managed in a Government-owned CSDB and accessible via an Interactive Electronic Technical Manual (IETM) that is compliant with current AeroSpace Defense (ASD)/Aerospace Industries Association of America (AIA) S1000D issue, �International Specification for Technical Publications Utilizing a Common Source Database�, and MIL-STD-3048, �Air Force Business Rules for the Implementation of S1000D�. Industry standard, government owned S1000D data is a critical component to enable the United States Air Force (USAF) Logistics Information Technology (LogIT) initiatives. 3.0 Software Product Objectives AFLCMC requires offerors to deliver a state-of-the-art commercial solution that innovates all, some, or one of the following objective areas which will address a specific subset of AFLCMC programs. Offerors should state their anticipated delivery date for each of their proposed solutions. The offeror�s proposed solution, including a Minimum Viable Product (MVP) should specifically address one or more of the following objectives, which will act as a Statement of Objectives (SOO) for this Call. Scope: This effort shall provide AFLCMC with a collaboratively developed, contractor created government owned CSDB and a government owned BREX. To verify functionality and capability of the CSDB and BREX, AFLCMC shall also receive the incidental services of original equipment manufacturer (OEM) data conversion when needed, and an IETM common viewer to view, edit, and interact with the data. This effort shall also deliver the required digital infrastructure to provide end-users with USAF verified technical data in accordance with the S1000D specification, as well as the networked storage and connectivity capabilities to enable multi-source collection and aggregation of critical lifecycle sustainment data. Objectives: The contractor shall deliver an instance of a Common Source Database (CSDB) & Interactive Electronic Technical Manual (IETM) Viewer collaboratively developed with the government to establish connections (via API) to existing LogIT interfaces such as, FADS, FMxC2, PANDA, & ILS-S, etc., residing in the Gov Cloud. Additionally, the government intends to procure further software licensure of required tool suites to allow for third party integration. Additionally, the contractor shall provide all (Government approved) personnel, equipment, facilities, transportation, tools, materials, supervision, and other items, as well as non-personnel related incidental services necessary to: Complete and submit the Air Force Information Technology System Categorization and Selection Checklist (ITSC) for a government systems Authority to Operate (ATO) certification. Provide the incidental service of consultation and subject matter expertise in the development of a customer specific CSDB, BREX, IETM, network and storage solutions, and information flow processes. Collaboratively establish USG supported unclassified network and storage solutions for communication and data transfers with the Prime vendors and USG LogIT systems, to include procurement and activation of any specially identified information technology, to be dispositioned to the government at contract closure. Supply a required, collaboratively developed and government owned CSDB to store and manage government owned S1000D technical data. Supply a required, collaboratively developed and government owned BREX to govern the CSDB, after consultation to determine the needs. Provide the incidental service of data conversion and verification of OEM data to the S1000D specification. Supply and incidentally support a collaborative developed, contractor created government licensed, cloud-software agnostic IETM to view and edit government owned S1000D technical data. Deliverables: Deliverable� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Frequency IETM Viewer License� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Once Government-owned Common Source Database (CSDB)� � � � � � � � � � � � � � � � � Once Government-owned Rules Exchange (BREX)� � � � � � � � � � � � � � � � � � � � � � � � � �Once Government-owned S1000D data set� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Once Prove functionality of API with a LogIT system� � � � � � � � � � � � � � � � � � � � � � � � � �Once Complete & Submit ATO worksheet� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Once Monthly Status Report� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Monthly ���� -Milestone Progress Status ���� -Integrated Master Schedule (IMS) ���� -Data Assertions List (DAL) ���� -Cyber Incident Reporting In addition to the required deliverables as shown above, the Offeror shall include additional time-phased milestones tied to specific capability delivery and associated progress payments in the submitted Statement of Objectives (SOO). Key Capabilities Sought: Cloud, CoOPS, Supply Chain Procurement, Data Tagging, Supply Chain Optimization, Big Data, Data Transport, Hybrid Cloud, DTaaS, Information Assurance Anticipated MVP Period of Performance: 12 months after receipt of order (ARO), plus an additional 6-month option period. The Government reserves the right to award additional orders from this call after the initial period of performance. 4.0 Two-Step Closed Call 4.1�Overview: This Call will be a Two-Step Closed Call. White papers may be submitted at any time prior to the due date and time specified in this Call. Offerors are responsible for monitoring SAM.gov for any amendments to this Call that may have updated information. White Papers will be evaluated against the criteria detailed below. After the submitted white papers have been evaluated by AFLCMC, offerors will be notified if they have been selected to submit a full proposal for Step 2. Step 1: White Paper and Video Presentation due date and time is 27 October 2023 at 1700 EST. AFLCMC, at its sole discretion, may or may not request a presentation or discussion with Government personnel about the White Paper and Video Presentation after notification of selection for Step 2. Step 2: Proposal due date and time will be provided in Requests for Proposal (RFPs) sent to offers that submit White Papers and Video Recordings that meet or exceed evaluation criteria contained in this Call. 5.0 Definitions Refer to initial CSO posting FA8600-23-S-C056 (Section 4.0). 6.0 Contract/Agreement Details As stated in the Overview Section, awards issued under this CSO Call can result in the award of either a FAR Part 12 Contract or an Other Transaction Agreement (OTA) under 10 U.S.C. 4022. Regardless of the contract instrument, AFLCMC chooses to pursue the Contract/Agreement type for all as Fixed Price, which includes Firm Fixed Price (FFP) and Fixed Price Incentive (FPI). The Government will be the sole decision authority on whether to pursue a FAR Part 12 Contract, an OTA, or no award at all. The Government reserves the right to award some, all, or none of the proposal from the responses to each Call. The Contracting/Agreements Officer reserves the right to negotiate directly with the offeror on the terms and conditions prior to execution of the resulting contract/agreement on behalf of the Government. Be advised that only a Contracting/Agreements Officer has the authority to enter into, or modify, a binding contract/agreement on behalf of the United States Government. For additional Contract/Agreement details, refer to initial CSO posting FA8600-23-S-C056 (Section 5.0) 7.0 Closed Calls Two-Step Closed Call Process As a reminder, responses must be UNCLASSIFIED. AFLCMC will not accept classified white papers or proposals under this Call. STEP 1 INSTRUCTIONS: Below is the required structure and required content for White Paper and Video submission for this Call. Offeror White Paper responses shall be submitted to Mr. Jeremy Gardner, at �AFLCMC.WA.ProjectCSDB@us.af.mil, on��� �27 October 2023 at 1700 EST in either PDF, Word, or PowerPoint file types.� The email must include a link for the Government to download (not just view) the video recording.� The link must remain valid for at least 5 business days.� The Offeror shall not modify the video content after the above submission date. The White Paper and Video shall include the following: Part 1 - Cover Page: Offeror�s cover page must include the following information: Offeror Name Offeror Address Offeror technical, programmatic, and contracts points of contact (PoC) List whether your organization qualifies as any of the following in accordance with FAR Part 19: Small Business (SB), Small Disadvantaged Business (SDB), Woman- Owned Small Business (WOSB), HUBZone Small Business, Veteran-Owned Business, Service-Disabled Veteran Owned Small Business (SDVOSB), Historically Black College or University (HBCU) and Minority Institution Security Information: CAGE Code Cognizant Security Office Name Address Phone Number Part 2 - Questionnaire Responses: Offerors shall address all of the following questions: Is your company domestically owned and operated? (Y/N) Has your software been evaluated or accredited for use on government AFNET? (Y/N) Does your IETM viewer allow for specific, role-based access via Common Access Card and username and password? (Y/N) Does your IETM meet all functionality requirements described in MIL-STD 3048C, Appendix B, Table B.2 (Y/N) Is your IETM viewer software license available for purchase? (Y/N) Is your viewer customizable based on user input? (Y/N) Does your CSDB solution and IETM viewer have any file size limitations? (Y/N) Has your company�s technology and/or IETM viewer solution been utilized by the USAF or DoD? (Y/N) If so, which programs? Part 3 � Focus Area Response: The User Response(s) must include the following: A suggested technical solution, including a definition of a Minimum Viable Product (MVP) covering a specific proof of concept. A rough transition to work plan. Any ground rules/assumptions on which your solution is based. A rough cost estimate (ROM) for your solution An estimated delivery date of the defined MVP Part 4 � Video Presentation:� Include a video recording (e.g., screencast) demonstrating the IETM viewer�s salient capabilities along with any additional content to demonstrate your company�s existing ability to meet the objectives of this effort. Step 1 White Paper and Video Presentation Evaluation Criteria: The Government will review the offeror�s White Paper and Video Presentation to determine if it has the potential to meet AFLCMC�s needs based on the following criteria, which are listed in equal order of importance: E � Experience: Has the offeror demonstrated experience in the focus area? C- Cost: Does the ROM commensurate with other provided ROMs? T � Technical: Does the White Paper provide sufficient technical detail of the proposed technical solution, including the MVP which is novel and implementable for AFLCMC? Based on the Government�s evaluation, white papers will be categorized as Selectable or Not Selectable. Vendors identified as selectable will advance to Step-2 and will be asked to provide a more detailed proposal. Selectable and Not Selectable criteria is as follows: Selectable: Vendor provides adequate experience, cost, and technical detail in regard to the objectives of this CSO. Not Selectable: Vendor does not meet the experience, cost and, technical objectives of this CSO. Step 1 Deliverable: Max eight (8) page white paper plus a title page, responding to all questions and requests for information as identified in parts 1 (Cover Page), 2 (Questionnaire Responses), & 3 (Focus Area Response) as identified above.� In addition, the part 4 (Video Presentation) shall not exceed 5 minutes in duration. Unsuccessful offerors will be notified by the Government, either via email or letter, to inform them that the proposed effort is not of interest to the Government at this time. STEP 2 INSTRUCTIONS: The Government will invite offerors determined to be �Selectable� to submit proposals based on favorable Step 1 evaluation results within 20 days of the White Paper submission date. Proposals will be requested via a Request for Proposal letter by the Contracting Officer. Offeror responses shall be submitted to Mr. Jeremy Gardner, at AFLCMC.WA.ProjectCSDB@us.af.mil, in either PDF, Word, Excel, or PowerPoint file types and shall include all of the following: Part 1 � Technical Proposal: Offerors shall address, in detail, all of the following technical proposal criteria: Describe your capability for evaluating and converting Original Equipment Manufacturer (OEM) source data to current issue S1000D to include quality control checks on existing data. Describe which functionality requirements your software supports as described in MIL-STD 3048C, Appendix B, Table B.3. Describe how your IETM enables customers and their OEMs to edit/update technical data in real-time within a working instance of the IETM such as a digital sandbox/virtual workspace. Describe how your software can enable and support USAF Log IT capabilities such as training, supply and CBM+ programs. Time-phased milestones tied to specific capability delivery and associated progress payments. Part 2 � Cost Proposal: Offerors shall submit a cost proposal that includes the following pricing information: Overall price summary, a price summary by task, expected monthly price summary, direct, and indirect rates; Sufficient detail to enable a cost realism analysis. For example, labor shall include total hours for each labor category for each task; A consolidated bill of materials (CBOM), if the proposal includes material costs; Any additional pricing information to benefit the government in evaluating price reasonableness. Additional information may be required to determine cost realism. Part 3 � Presentation:� Offerors shall support, but not exceed, a 60-minute presentation and 30-minute Q&A session.� PowerPoint charts shall be kept to a minimum.� Instead, focus on demonstrating existing and any proof-of-concept technical capabilities that instill confidence the Offeror has the right experience, expertise, and approach to deliver the proposed MVP objectives. The Government prefers this Presentation engagement in-person at Wright-Patterson Air Force Base, Ohio, or at the vendors facility, at a timeframe to be identified within the release of Step 2 proposal requests and coordinated with respondents.� However, if the Offeror elects, they may instead submit a recorded pre-recorded video presentation and host the Q&A session virtually (e.g., conference phone call). Step 2 Proposal Evaluation Criteria: Each proposal will be evaluated by the Government and stand on its own technical merit. Proposals will be evaluated in accordance with the following evaluation criteria: T- Technical: Each factor will be rated as �Exceeds�, �Meets�, or �Does Not Meet�. Offeror adequately describes their capability for evaluating and converting Original Equipment Manufacturer (OEM) source data to current issue S1000D to include quality control checks on existing data. Offeror adequately describes which functionality requirements their software supports as described in MIL-STD 3048C, Appendix B, Table B.3. Offeror adequately demonstrates how their IETM enables customers and their OEMs to edit/update technical data in real-time within a working instance of the IETM such as a digital sandbox/virtual workspace. Offeror adequately demonstrates how their software can enable and support USAF Log IT capabilities regarding training, supply and CBM+ programs. Technical factor ratings are defined as follows: �Exceeds� means the Offeror�s proposal indicates an exceptional approach and understanding of the requirements. �Meets� means the Offeror�s proposal indicates an adequate approach and understanding of the requirements. �Does Not Meet� means the Offeror�s proposal does not indicate an adequate approach or understanding of the requirements. � � 2.�P - Price: The cost proposal will be evaluated utilizing various price analysis techniques and procedures to ensure a fair and reasonable price. For a� � � � � � � price to be reasonable, it must represent a price that a prudent person would pay in the conduct of a competitive business. Cost elements will be� � � � � � � � � � reviewed and evaluated to determine whether they are realistic for the work to be performed, reflect a clear understanding of the requirements, and are� � � � � consistent with the methods of performance and materials described in the offeror�s proposal. No other criteria will be used. Step 2 Deliverable: Fifteen (15) page max proposal responding to all requests for information as identified in parts 1 (Technical Proposal) & 2 (Price Proposal).� Presentation material or video for part 3 (Presentation). NOTE: The Government reserves the right to award all, some, one, or none of the white papers and proposals received. Prior to award of a potentially successful offeror, the Contracting Officer will make a determination regarding price reasonableness. 8.0 General Proposal Information 8.1 Proprietary Information Information constituting a trade secret, commercial or financial information, confidential personal information, or data affecting national security must be clearly marked. It shall be treated in confidence to the extent permitted by law. This restriction does not limit the Government�s right to use information contained if it is obtained from another source without restriction. AFLCMC assumes no liability for disclosure or use of unmarked data and may use or disclose such data for any purpose. If a vendor is awarded a contract as a result of or in connection with the submission of proprietary data in the proposal, the Government shall have the right to duplicate, use or disclose the data to the extent provided in the resulting contract/agreement. Proposals containing data that is not to be disclosed to the public for any purpose or used by the Government except for evaluation purposes shall include the following sentences in accordance with FAR 52.215-1(e)(1) and (2) on the cover page: �This proposal includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed�in whole or in part � for any purpose other than to evaluate this proposal. If, however, a contract is awarded to this offeror as a result of � or in connection with � the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extend provided in the resulting contract. This restriction does not limit the Government�s right to use information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contain in sheets [insert numbers or other identification of sheets].� Each restricted data sheet should be marked as follows: Use or disclose of data contained on this sheet is subject to the restriction on the title page of this proposal. 8.2 CUI and Unclassified Information Controlled Unclassified Information is any information that law, regulation, or government wide policy requires to have safeguarding or disseminating controls, excluding information that is classified under Executive Order 13526, Classified National Security Information, December 29, 2009, or any predecessor or successor order, or the Atomic Energy Act of 1954, as amended. The contractor shall comply with DoDI 5200.48, Controlled Unclassified Information, DoDM 5200.01, Vol 1_AFMAN 16-1404, Vol 1 Air Force Information Security Program, 6 APRIL 2022, Information Security Program: Overview, Classification, and Declassification, and DoDM 5400.07-Air Force Manual 33-302, DoD Freedom of Information Act (FOIA) Program. The contractor shall monitor CUI aggregation and compilation based on the potential to generate classified information pursuant to security classification guidance addressing the accumulation of unclassified data or information. The contractor shall comply with DoDM 5400.07/Air Force Manual 33?302, DoD Freedom of Information Act (FOIA) Program, requirements. Protection of CUI and unclassified DoD information not approved for public release on non-DoD Information Systems will be protected IAW DoDI 8582.01, Security of Non-DoD Information Systems Processing Unclassified Nonpublic DoD Information.� Unless specific categories of CUI require more stringent controls, non-DoD Information Systems must be protected using the guidelines set forth in NIST Special Publication 800-171, Protecting Controlled Unclassified Information in Nonfederal Information Systems and Organizations. Covered Defense Information [Required for all solicitations and contracts, including solicitations and contracts using FAR part 12 procedures for the acquisition of commercial items] The contractor shall comply with DFARS 252.204-7012 Safeguard Covered Defense Information and Cyber Incident Reporting (Dec 2019)�This subpart applies to contracts and subcontracts requiring contractors and subcontractors to safeguard covered defense information that resides in or transits through covered contractor information systems by applying specified network security controls. It also requires reporting of cyber incidents.� The subpart does not abrogate any existing contractor physical, personnel, or �����general administrative security operations governing the protection of unclassified DoD information, nor does it impact requirements of the National Industrial Security Program. References: - DoDI 5200.48 ""Controlled Unclassified Information"" - 32 CFR 2002 Part IV National Archives and Records Administration 32 CFR Part 2002 �Controlled Unclassified Information� - E.O. 13556 Vol 75, No 216. �Controlled Unclassified Information� - DFARS Clause 252.204-7012, ""Safeguarding Covered Defense Information and Cyber Incident Reporting"" - NIST Special Publication 800-171 Rev. 2 �Protecting Controlled Unclassified Information in Nonfederal Systems and Organizations 8.3 Classified Proposals: Classified whitepapers/proposals will not be accepted under this Call. 8.4 Promotional Material Promotional and non-project related discussion is discouraged, and additional information provided via Universal Resource Locator (URL) links or on computer disks, CDs, DVDs, video tapes or any other medium will not be accepted or considered in the proposal evaluation unless otherwise directed by the Contracting/Agreements Officer. This also means that unnecessarily elaborate brochures or proposals are not desired. 8.5 Small Business FAR-based contracts awarded pursuant to this CSO Call shall include FAR 52.219-8, Utilization of Small Business Concerns (Oct 2018). FAR-based contracts awarded pursuant to this CSO Call which meet FAR Subpart 19.7 criteria for small business subcontracting plans shall include FAR 52.219-9, Small Business Subcontracting Plan (March 2020). Offerors shall address plans to comply with these requirements as part of their proposals if seeking OTs which provide for follow-on non-competitive production contracts. Offerors not seeking either instrument in the preceding sentence shall clearly state so as part of their proposal and shall address these requirements as part of the competition for follow-on production contracts. In the event that any follow-up production contracts are required to have small business subcontracting plans and are negotiated using FAR 15, DFARS 215.304(c) Small Business Participation Plan shall be required. 8.6 Export-Controlled Items Depending on the proposal, it may be subject to Export Control (International Traffic in Arms (ITAR) 22 CFR 120-131, or Export Administration Regulations (EAR) 15 CFR 710-774). If the effort is subject to export controls, then a Certified DD Form 2345, Military Critical Technical Data Agreement, will be required to be submitted with proposals. DFARS 252.225-7048, �Export Controlled Item (JUN 2013)� clause shall be contained in all resulting contracts. 8.7 Data Rights The contractor shall deliver all technical data and computer software/documentation wholly created using Government funding as a result of this contract to the Government with unlimited rights. The contractor shall deliver all commercial technical data relating to the common viewer, as well as computer software documentation contained within the technical data and computer software/documentation, with a commercial license that includes minimum terms equivalent to no less than Government Purpose Rights. Any data generated by the Offeror during and after the execution of this effort shall remain USAF-owned data In Accordance With (IAW) Defense Acquisition Regulations (DFARs) 227.7103-6. All proposal submissions shall include Data Rights Assertions. This will be an essential element of each proposal submission. Special Licensing Agreements may be negotiated upon request. AFLCMC reserves the right to negotiate data rights as part of the Contracting/Agreement process. AFLCMC also reserves the right to tailor the data management approach for each individual effort based on the needs for each situation. 8.8 FAR Part 12 Considerations In accordance with DFARS 227.7102-1, AFLCMC seeks to acquire the technical data that is customarily available on a commercial basis. As a result, DFARS clauses 252.227- 7015 and 252.227-7037 will be included on each FAR Part 12 Contract awarded as a result of this CSO Call. If additional data rights are considered warranted, AFLCMC reserves the right to negotiate these with prospective vendors as part of the contracting process. If the Government pays for any portion of the development costs, DFARS 252.227-7013 will be included to govern the associated technical data for the portion of the Commercial Items that was developed using Government funds. For the portion of Commercial items that was developed exclusively at private expense, DFARS 252.227-7015 will still govern the technical data to the extent is commercial. Companies whose effort originated under the SBIR program will maintain standard SBIR Data Rights in accordance with DFARS 252.227-7018 (Class Deviation 2020-O0007). Additional clauses may be applicable depending on the technology and requirements associated with it. 9.0 Other Information In addition to the information below, refer also to the initial CSO posting FA8600-23-S-C056 (Sections 10.1-10.10). Debriefings: The Government will conduct written, post-award debriefings upon request only in accordance with FAR 52.212-1(l) and will address the evaluation factors contained herein only. It will not include a comparison of submissions against a common statement of work (SOW) as the CSO provides no common statement of work that interested parties must respond to and instead represents opportunity for submission of a variety of innovative commercial items, technologies, and/or services that represent meaningful submissions of diverse scope and price. DFARS 252.239-7017 - NOTICE OF SUPPLY CHAIN RISK (DEC 2022): Definitions. �Supply chain risk,� as used in this provision, means the risk that an adversary may sabotage, maliciously introduce unwanted function, or otherwise subvert the design, integrity, manufacturing, production, distribution, installation, operation, or maintenance of a covered system so as to surveil, deny, disrupt, or otherwise degrade the function, use, or operation of such system (10 U.S.C. 3252). In order to manage supply chain risk, the Government may use the authorities provided by section 10 U....
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6fdfe7eb0def428dbdbc348104691ca2/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06868925-F 20231028/231026230051 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.