|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 12,1999 PSA#232216th Contracting Squadron, 350 Tully Street, PO Box 9190, Hurlburt
Field, FL 32544-9190 L -- AIR FORCE COMMAND AND CONTROL INNOVATION AND TRAINING CENTER
SYSTEMS ENGINEERING AND OPERATIONAL SUPPORT SOL F08620-99-R0017 DUE
042699 POC Tami Hodge, Contract Specialist, (850) 884-7544 E-MAIL: e.g.
click here to contact the contracting specialist,,
hodget@hurlburt.af.mil. Air Force Command and Control Innovation and
Training Center Systems Engineering and Operational Support General
Information Solicitation Number: F08620-99-R0017 Posted Date: April 8,
1999 Response Date: April 26, 1999 Classification Code: L -- Technical
Representative Services Contracting Office Address United States Air
Force, Air Force Special Operations Command, 16th Contracting Squadron,
350 Tully Street, Hurlburt Field, FL, 32544-5825. Description 1.
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 is
8711 with size standard of $20M. 2. The contractor shall provide
non-personal systems engineering and operations support services and
expertise to the Air Force Command and Control Innovation and Training
Center (AFC2TIC), its subordinate organizations, and other Department
of Defense (DoD) and Government agencies working jointly with AFC2TIC.
This support is required for all phases of systems planning; concept
exploration; requirements analysis; alternatives analysis; systems
engineering; risk reduction and management; concept of operations
development; training development, planning and instruction; software
development, verification, validation, and maintenance; advanced
concept and tactics development; systems effectiveness engineering and
logistics; design; test and demonstration; configuration control and
operations and maintenance of fielded demonstration equipment;
worldwide contingency response support analysis; transition of
successful demonstration equipment to mainstream acquisition and
information operations. The effort will be directed toward, but not
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 the AFC2TIC, including modeling and
simulation, procurement and development of hardware and software for
assessing the military utility of joint forces systems in support to
military operations with emphasis on aerospace operations; educating
and training activities including advanced classroom instruction on
aerospace engagement in military operations, and wargaming; aerospace
tactics and doctrine development; supporting efforts to enhance
tactical utility of AFC2TIC assets; providing detailed support for Real
World contingencies, exercises and demonstrations of AFC2TIC and joint
forces capabilities at all levels of command. The contractor shall
provide support to the AFC2TIC information systems to ensure
information operations are appropriately managed, controlled, secured
and maintained. Information operations will be directed toward, but not
limited to, risk management engineering and analysis of information
systems architectures including vulnerability to information warfare
and associated corrective actions; establishment of configuration
control and security accreditation office to support present and future
Automated Information Systems and communication system under AFC2TIC
control; systems administration of current networks; web master
software support and communications center operations. The contractor
shall provide support to the AFC2TIC and its subordinate organizations
in testing and evaluating joint forces warfighter operations,
simulations, and exercises. Support is required for all phases of
tactics and concepts testing and force development evaluations to
include, but not limited to, operations 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 reporting. The
contractor shall assist in the planning and execution of mission
responsibilities common to the AFC2TIC and its subordinate
organizationswhich are located at Hurlburt Field, FL, and Kirtland AFB,
NM. 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 AFC2TIC 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. 3. This acquisition will be a web-based acquisition. Further
information will be posted at http://www.hurlburt.af.mil/afc2tic. This
web site will stand up by April 23, 1999. The Request for Proposal
(RFP) 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 by July 15, 1999. 4. All interested firms are
invited to submit letters of interest by April 26, 1999, requesting to
be placed on the sources list for this procurement. 5. 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. In pursuing a set-aside contract, small
business 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 whose in-house personnel costs would be at least 50% of the
contract performance cost. 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 in-house personnel costs will
be performed by the collective efforts of all small businessmembers of
the team. (Reference FAR 52.219-14, Service Contracts.) 6. Special
notice to small businesses: 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. Submit
your letter of interest by April 26, 1999, to be placed on the sources
list. The date, time, and length of any such presentation will be
provided at a later date. The presentation should focus on the
following issues which will affect the decision of whether to set the
procurement aside: a) The contractor will be tasked with providing
system, functional, task and organizational integration and planning of
all AFC2TIC efforts, to include contracted services, new and existing
efforts executed by other Government agencies and AFC2TIC world-wide
operations. The contractor team must have the breadth and depth of
technical and management expertise to successfully execute their
integration role; b) The contractor team must demonstrate the
capability to quickly ramp-up qualified and trained personnel at the
onset of the contract; c) The contractor team must demonstrate
capability to administer and manage a contract expected to be $10-20M
per year for a total contract duration of five years; d) The contractor
must demonstrate a plan whereby at least 50% of personnel costs from
contract performance are allocable to the small business members of the
team; e) The contractor team must demonstrate capability to perform
realistic cost and schedule projections for complex technical and
integration efforts; f) The contractor team must demonstrate a contract
management structure that allows for a single organization accountable
for total performance responsibility; and g) The contractor team must
demonstrate an understanding of national, Air Force, DoD, and other
Government agencies with which the AFC2TIC interfaces in a manner
sufficient to influence agency processes and establish points of
contact. Points of Contact Tami Hodge, Contract Specialist, phone
(850)884-7544, fax (850)885-7552, email hodget@hurlburt.af.mil. Posted
04/08/99 (W-SN317888). (0098) Loren Data Corp. http://www.ld.com (SYN# 0039 19990412\L-0002.SOL)
L - Technical Representative Services Index Page
|
|