Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 16,1999 PSA#2303

United States Air Force, Air Force Space Command, 50CONS (T-66) Schriever AFB, CO, 66 Falcon Parkway, Ste 49, Schriever AFB, CO, 80912-6649

L -- SPACE WARFARE CENTER SYSTEMS ENGINEERING AND OPERATIONAL SUPPORT SOL FA2550-99-R-0012 DUE 040199 POC Robert Wind, Contracting Officer, Phone (719)567-3811, Fax (719)567-3809, Email robert.wind@schriever.af.mil -- Alicia Vetter, Contract Specialist, Phone (719) 567-3820, Fax (719) 567-3809, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&;ProjID=FA2550-99-R-0 012&LocID=887. E-MAIL: Robert Wind, robert.wind@schriever.af.mil. Sources Sought Synopsis: Small Business interests shall note the FAR Part 19, Standard Industrial Codes (SIC) and Size Standards for the requirement identified in this announcement. The anticipated SIC Code is 8711, size standard is $20M. The Contractor shall provide non-personal systems engineering and operations support expertise to the Space Warfare Center (SWC), Air Force Tactical Exploitation of National Capabilities (AFTENCAP) programs, other space application efforts and other AF, DoD and Government agencies. This support is required for all phases of system planning, concept exploration, requirements analysis, analysis of alternatives, system engineering, risk reduction, concept of operation development, training, software development, verification, validation, software maintenance, advance concept development, systems effectiveness engineering and logistics, design, test and demonstration, configuration control and O&M of fielded demonstration equipment, contingency support, transition of successful demonstration equipment to mainstream acquisition and information operations. The effort will be directed towards, but not be limited to, supporting development and evaluation of prototype systems to determine potential operational and military utility; improving the efficiency of rapid collection management and system tasking in support of military operations; increasing the frequency, realism and scope of exercises and training with National and other space systems capabilities; including modeling and simulation, procurement and development of hardware and software for assessing the military utility of space systems in support to military operations with emphasis on AeroSpace operations; education and training activities including advance classroom instruction on space employment in military operations, and wargames; space tactics and doctrine development; supporting efforts to influence the tactical utility of future Space and National Systems (NS) assets; providing detailed support for Real World contingencies, exercises and demonstrations of Space and NS capabilities at all levels of command. The contractor shall provide support to the SWC information systems to ensure SWC information operations are appropriately managed, controlled, secured and maintained. Information operations will be directed towards, but not limited to, risk management engineering and analysis of information systems architectures to include vulnerability to information warfare and associated corrective actions; establishment of a configuration control and security accreditation office to support present and future Automated Information Systems and communications systems under SWC control; system administration of current networks; web master software support and communications center operations. The contractor shall provide support to the 17th Test Squadron in testing and evaluation of space forces. The support is required for all phases of Tactics and Concept testing and Force Development Evaluations to include, but not limited to, operational analysis; readiness and supportability; software evaluation; human factors and questionnaire development, test and evaluation training, test tool development and maintenance, documentation, test resource estimation and test approach development to support test development, test execution, test analysis and test reporting. The contractor shall provide support to the SWC, Schriever AFB, CO and the Air Force Information Warfare Center (AFIWC), Air Intelligence Agency (AIA) at Kelly AFB, TX to assist in planning and execution in areas common to the SWC and AFIWC. The contractor_s services will complement existing Government military and civilian workforce and existing contracts. The contractor shall be prepared to provide services at all SWC operating locations worldwide. The contractor shall provide overall system, functional, task and organizational integration of all Task Orders (TO) issued by the Contracting Officer, in addition to supporting integration with new and existing efforts issued by other Government agencies and contract vehicles. This acquisition will be a web based acquisition, further information will be posted at http://www.schriever.af.mil/swc. This web site will stand up by 31 March 1999. The Request for Proposal and associated documents will be posted at the Government_s Electronic Posting System at http://www.eps.gov. The draft RFP is expected to be posted no later than 15 July 1999. A Technical / Bidders Library will be established at the Aerospace Corporation, 1150 Academy Park Loop, Suite 227, Colorado Springs, CO. The library will stand up by 19 March 1999. Library directions, content, and rules will be posted on the web site. Until such time the web site stands up, a fact sheet is available from either the Contracting Officer or the Government Program Manager. The point of contact for contracting issues is the Contracting Officer, Mr. Bob Wind, 719-567-3811, email: robert.wind@schriever.af.mil. The point of contact for technical and management issues is the Government Program Manager, Major Bob Boulware, 719-567-9572, email: robert.boulware@swc.schriever.af.mil. All interested firms are invited to submit letters of interest by 1 April 1999, requesting to be placed on the bidders list for this procurement. The Government is undecided whether this procurement should be set aside for small business. This decision is made more complicated by the new Small Business Administration (SBA) rules on affiliation, teaming, and limitations of subcontracting. Briefly, in pursuing a set-aside contract, small businesses may now team together (and even affiliate) and be eligible for award of a set-aside contract. Prior to the rule change, a contracting officer could set aside a procurement when there was an expectation of two or more competitive offers from small business prime contractors who would perform at least 50% of the services in house. The new rules allow a set-aside, when there is an expectation of two or more competitive offers from small business teams (small business prime contractor with small and large business subcontractors), when at least 50% of the services will be performed by the collective efforts of all small business members of the team. (Reference FAR 52.219-14, Service Contracts). Special notice to small business: Any small business firms intending to propose using the new affiliation and teaming rules issued by the SBA are invited to give a capability presentation to the Government (limited to 30 minutes). Submit your letter of interest by 1 April 1999, to be placed on the bidders list. Starting 5 April 1999 you are invited to contact the contracting officer or contract specialist to schedule a capabilities presentation. The capabilities presentations will be scheduled for 13 April 1999. The presentation should focus on the following issues that affect the decision of whether to set aside the procurement: 1) The contractor will be tasked with providing system, functional, task and organizational integration and planning of all SWC efforts, to include contracted services, new and existing efforts executed by other Government agencies and SWC world-wide operations. The contractor team must have the breadth and depth of technical and management expertise to successfully execute their integration role. 2) The contractor team must demonstrate the capability to quickly ramp up qualified and trained personnel at the onset of the contract. 3) The contractor team must demonstrate capability to administer and manage a contract expected as a minimum to be $25-45M per year. 4) The contractor must demonstrate a plan that provides for the small business members of the team performing 50% of the work. 5) The contractor team must demonstrate capability to perform realistic cost and schedule projections for complex technical and integration efforts. 6) The contractor team must demonstrate a contract management structure that allows for a single organization accountable for total performance responsibility. 7) The contractor team must demonstrate an understanding of National, AF, DoD and Government agencies, with which the SWC interfaces, sufficient to influence agency processes and establish points of contact. Posted 03/12/99 (D-SN308189). (0071)

Loren Data Corp. http://www.ld.com (SYN# 0075 19990316\L-0003.SOL)


L - Technical Representative Services Index Page