Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 12,1999 PSA#2322

16th 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