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