Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2004 FBO #0865
SOLICITATION NOTICE

R -- Aircraft Technical and Engineering Support

Notice Date
4/7/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Defense Contracting Command-Washington(DCC-W), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W74V8H-04-R-0035
 
Response Due
4/14/2004
 
Archive Date
6/13/2004
 
Point of Contact
Talisa Spottswood, 703-602-3661
 
E-Mail Address
Email your questions to Defense Contracting Command-Washington(DCC-W)
(talisa.spottswood@hqda.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The subject requirment was originally issued under W74V8h-04-R-1122, but has been cancelled due to the lack of response. Since the Government still has an existing requirement for the se rvices contained the this requirement, the solicitation is being re-issued under solicitation number W74V8H-04-R-0035. After which, you will select RFP W74V8H-04-R-0035. This solicitation document and incorporated provisions and clauses are those in effe ct through Federal Acquisition Circular 01-20. AFCAA is seeking a full-time, senior level engineer, with reach back to his/her company, to provide support to the Aircraft and Weapons Division (hereto referred to as the FMA Division) of the AFCAA. For consi stency purposes, one full-time position is equi valent to approximately 2000 hours per 12 month period (8 hours per day, times 5 days per week, for 52 weeks, minus 10 Federal holidays) and a 9 month period is equivalent to approximately 1504 hours (8 hours per day, times 5 days per week, for 39 weeks, m inus 7 Federal holidays). The engineer has extensive experience in the fields of military aerospace, electronics, and related industrial engineering; knowledge of historical and current state of military aer ospace and electronics markets, technology, and f uture trends; can clearly communicate complex technical and engineering concepts Period of Performance (POP) shall be: Base 5/1/04 to 12/31/04 Option 1 1/1/05 to 12/31/05 Option 2 1/1/06 to 12 /31/06 Option 3 1/1/07 to 12/31/07 Option 4 1/1/08 to 12/31/08 Contractor employee will be at the Government site in Arlington (Crystal City), VA. The contractor will accomplish work, at times, at the contractors facilities, when directed by the Government and with prior approval. All work for this requirement s hall be performed at the Government facilities in the Crystal City or Arlington area or on Government-directed travel, unless prior written approval by the COR. The Contractors shall perform during Government normal operating hours, Monday through Fr iday, 8:00 am to 5:00 pm. Government Furnished The Air Force will provide hardware and Government-approved software to the contractor for use at the AFCAA facility. All software to be placed on any Go vernment LAN shall have prior written approval by the COR. Only the Systems Administrator has the autho rity to load the software onto the Government LAN after approval by the Government. All work effort conducted on AFCAA computers shall be for work effor t under this contract only. The Government will furnish workspace and supplies such as telephone, fax, and/or computers All materials produced shall become the sole property of the Government and will be returned to the COR at the end of the contract perio d of performance. All documentation shall be presented in electronic format. Electronic formats shall include all applic able spreadsheets. In addition, electronic products shall be compatible with any software estimte cost model. Configuration control (time, date, version) of all documentation and deliverables shall be required. The Government will not provide training or pay for training of the contractors employees, to include attendance at seminars and conferences. The contractor is not authorized to purchase any equipment, hardware, or software for this contract. Specific Requirements TASK 1: Science and Engineering Support to Cost Analyses and Independent Technical Assessments The contractor shall evaluate program technical baselines and assess the architectural design and technical maturity of the technology associated with major Air Force aircraft, electronics (avionics, radar, BMC3), and air-launched we apons programs and anal ysis of alternatives. The assessment shall identify technical development and production- cost risks and trends that may drive schedule and cost associated with programs. The contractor shall review and challenge as necessary engine ering assessments made b y program offices, Office of Secretary of Defense, and contractors that may impact cost a nd risk analyses. The contractor will report results of the analyses to the AFCAA cost analysis teams through daily interaction, briefings, a nd written reports, as directed by the Government technical representative. The contractor shall work with the AFCA A cost estimating teams to help relate technical inputs to the cost estimating model and support technical interchange meetings with the pro gram office during data collection efforts and reconciliation of cost estimates. The contractor shall provide NLT 30 working days prior to the period of performance end date each year a full electronics directory and set of files for all significant analys is and briefings provided under this task. TASK 2: Develop, Provide, and Maintain program and technical databases and case histories With direction provided by the Government technical representative and working in conjunction with cost analysts, develop, provide, and maintain program and technical databases and case histories that can serve as a stand-alone source of historical data or can support a historical cost database. The database efforts may include documenting the technical challenges faced by aircraft, airborne electronics, and air-launched weapon programs as they relate to schedule and cost overruns, reviewing and documenting lessons learned from other programs related to requirements and engineering change orders, and tracking engineering ass umptions and assessments from estimate to estimate to identify changes in cost associated with inaccurate engineering assessments. Examples might include, but are not limited to, a database of aircraft program case histories or a radar development history. The contractor shall document all technical studies they perform so that assumptions, technical evaluation sources, task-specific data, and models used so that the Government can review the document for accuracy and deposit it in the AFCAA library for fut u re use. A discussion of the analysis process and cost drivers (technical, schedule and engineering) also shall be included in this documentation. Configuration control (time, date, version) of all documentation and deliverables shall be required. Once su bm itted, the analyses will be subject to review and approval. The contractor shall develop and submit for review a task plan describing the approach to complete each research effort. The task plan shall be completed approximately 10 working days after the project has been defined. The task plan will include, as a min imum, a description of each sub-task and a task activity milestone schedule including project deliverables. The task plan shall include a funding spend-out plan highlighting projected funding to be spent against each sub-task. A draft of the research resul ts will be provided NLT 30 days prior to the end of the period of performance for FMA review with the final product delivered NLT the end of the period of performance. The contractor may requ est the Government technical representative for an extension if t he Government exercises the following option year. The contractor shall support AFCAAs research review process and brief the status of their research project to the Deputy Assistant Secretar y (Cost and Economics) during the research reviews, generally three times a year. TASK 3: Provide science and technical training to Government cost analysts through on the job communication and formal training briefings. Work with junior and senior cost an alysts to increase their knowledge and understanding of the key technical and programmatic drivers inherent in aviation, weapons, and electronics development an d production programs and to understand technology trends wit hin the market place associated with these programs. This training takes place through normal day-to-day interaction with the analysts and through development and presentation of training briefi ngs as directed by the Government technical representative. The contractor shall provide the Government tech nical representative a walk-through draft of any training briefing prior to the presentation to ensure the presentation will meet the Government??? ???s training goals. The contractor shall provide one final electronic copy of any briefings or presentations made under this task to the Government technical representative at the time of the briefing. TASK 4: Utilize company expertise as reach back ca pability In the event that the company providing the analyst to support AFCAA has relevant in-house expertise in areas that the analyst or AFCAA team does not, AFCAA would like the assigned analyst to be able to reach back to the company and utilize this e xpertise. The expertise may be in various engineering and scientific fields. We would like the ability for the assigned analyst to be able to tap into this company knowledge. We envision utilizing their reach back capability based on approximately 13% o f hours expended by one full-time, on-site senior level engineer. TASK 5: AFCAA and Contractor Interface As part of integrating the contractor into the on-site day-to-day activity of the FMA division, he/she will be required to support various meetings, both in-house and external, during the period of performance. These meetings may be data collection related , milestone review kick-off meetings, staff meetings, interim reconciliation meetings, etc. FMA will give as much notification as possible prior to the meetings but the contractor must be flexible in meeting the needs of AFCAA. PROGRAM MANAGEMENT The contractor??????s program management activities shall include cost and schedule control, technical guidance, continuity of critical skills, assignment o f appropriate skill mix across the entire proposed team, review of task results, and presentation of the results to AFCAA personnel. The contractor is responsible for timely notification to the Government for changes in personnel, as well as for maintai ning current clearances and access for personnel. Meeting / Conference Support The contractor shall participate in technical interchange meetings with AFCAA and the program. The contractor shall be required to participate in technical interchange meetin gs with the COR and other AFCAA representatives, to discuss program status, techni cal direction, and any other related issues. The contractor shall be required to present project status on research projects at the research reviews with SAF/FMC. Travel The contractor will be required to travel locally to the Pentagon or AFCAA as well as the program office as required. No payment will be made for local travel or parking. Any travel required to fulfill the tasks in this SOW shall be performed at the direction of the COR and in accordance with the Joint Travel Regulation (JTR). The contractor shall coordinate travel with the COR. Anticipated trips will be similar to, but not necessarily identical to those shown below. 4 trips to Wright Patterson AFB, OH for 3 days each for 1 person 1 trip to Eglin AFB, FL for 3 days for 1 person 1 trip to Seattle, Washington for 3 days for 1 person 2 trips to Dallas, TX for 3 days for 1 person 2 trips to Marietta, GA for 3 days for 1 person 3 trips to Los Angeles, CA for 3 da ys for 1 person 1 trip to Baltimore, MD, for 3 days for 1 person 1 trip to Melbourne, FL for 3 days for 1 person 1 trip to Orlando, FL for 3 days for 1 person 1 technical conference trip (with approval of COR) Deliverables Quality, reasonableness, complete ness and traceability of AFCAA documentation are critical. All data must be auditable back to the source, whether it be hard copy or electronic. The Government reserves the right to request at any time and, within reasonabl e notice, receive delivery from the contractor working documents related to any of the tasks in this statement of work developed using Government funds for the purpose of evaluating the contra ctor??????s progress and providing feedback. Science and Engineering Technical Assessments The contractor will report results of the analyses to the AFCAA cost analysis teams through briefings, written reports, and incorporation into a cost model, where applicable, as directed by the Government technical representative. All reports and analysis shall include documentation of data tracing it from raw source to final normalized form. AFCAA expects the contractor to complete, document, and deliver analyses and other support efforts described herein in a timely manner consistent with the estimate reconciliation sc hedule and at a pace consistent with that of the AFCAA Government cost estimating team. The estimate reconciliation schedule will be determined at the cost estimating kickoff meeting for each cost estimate. For planning purposes, AFCAA will provide a tenta tive schedule to each cost estimating effort. The contractor will need to be flexible since all schedules are tentative and changes to the schedul es will occur as the effort gets underway based on the decision-makers milestone review schedule. The contractor shall provide a trip report associated with all travel funded by the contract within five working days of returning from the trip, unless th e COR waives this requirement. The contractor shall provide NLT 30 working days prior to the period of performance end date each year a full electronic directory and set of files for all significant analysis, documentation and briefings provided under this task. Program Case Histories and Technical Databases The contractor shall document all technical studies they perform so that assumptions, technical evaluation sources, task-specific data, and models used so that the Government can review the document for accuracy and deposit it in the AFCAA library for futu re use. A discussion of the analysis process and cost drivers (technical, schedule and engineering) also shall be included in this documentation. Configuration control (time, date, version) of all docu mentation and deliverables shall be required. Once subm itted, the analyses will be subject to review and approval by the COR. The delivery dates for the research projects shall be agreed on with the COR. However, the contractor shall deliver a draft do cumentation of assigned research projects no later than 30 days prior to the end of each yearly performance period and final docum entation incorporating AFCAA??????s comments no later than the end of the performance period. The contractor may request an e xtension if the Government exercises the following option year. The contractor shall communicate and use the results from their ong oing data collection and research to support the cost estimating teams under task 1 as requested by the Government COR. The contractor shall support AFCAAs research review process and brief the status of their research project to the Deputy Assistant Secretary (Cost and Economics) during the research reviews, generally three times a year. At the completion of study, the contrac tor shall categorize, document, and submit an organized report and relevant data to AFCAA. The documentation shall provide sufficient data to support and duplicate the work effort performed and the cost results releva nt to that work effort. The contractor shall format the final report in such a way that if a reader were to print out a copy of the report on a office printer, they will get a report that would be equivalent in organization and appearance to a written repo rt provided by the contractor. Scienc e and Engineering Techical Training The contractor shall provide the Government a draft of any training briefing (presentation slides, etc.) prior to the presen tation to ensure the presentation will meet the Governments training goals. The contractor shall provide one final electronic copy of any briefings or presentations made under this task to the Government technical representative and to the COR at the time of the briefing. Trip Reports The contractor shall provide a trip report associated with al l travel funded by the contract within five working days of returning from the trip. The COR may waive this requirement on a trip-by-trip basis. Monthly Reports The Government desires that the report data coincide with the delivery of the invoice for the prior months work. The contractor shall submit the report electronically. Minimally, the report shall include: a) Travel expended during the billing period to includ e location, duration, and personnel. b) Any contractual issues that require the attention of the Government. Applicable Publications DD-254 Department of Defense Contract Security Classification Specification Security All personnel will be required to have a Secret security clearance. All personnel will be required to have a Secret clearance. Air Force program offices maintain physical security of their facilities. The contractor will be required to follow the establish ed procedures for gaining access to a nd working at these facilities (i.e., complete visit requests). The contractor will be allowed non-escorted access to the Pentagon and non-escorted access to AFCAA consistent with task requirements after security clearances are provided. There is a requ irement for a DD254, Department of Defense Contract Security Classi fication Specification since no Contractor??????s are permitted to work in a Government facility without an approved clearance or interim clearance. Access to Proprietary Data Contractors must demonstrate the ability to successfully enter into Proprietary Data Exchange Agreements (PDEAs) with the companies listed below. This can be demonstrated by providing a list of companies that the bidding contractor currently has PDEAs with or provi ding a statement that the bidding company has in the past entered into PDEAs with the types of companies listed below and that they do not anticipate any problems reacquiring similar agreements. Copies of Proprietary Data Exchange Agreements enter ed into as a result of this contract shall be filed with the (COR). Boeing, Lockheed Martin, Northrop Grumman, Raytheon, BAE Systems, Bell, TRW, Pratt & Whitney, General Electric Aircraft Engines, General Dynamics Information Systems , Honeywell, ITT Industries , Kaiser, Hughes Corporation, Aerojet General Corporation, and Ball Aerospace. Agreements with other companies may be necessary during the period of performance. It is the responsibility of the contractor to obtain these agreements. The AFCAA will assist a s much as possible in providing contacts, letters, memos, etc. that may be requ ested by the weapon systems contractors prior to entering into any agreements. Violation of any non-disclosure agreements shall be grounds for termination of the contract by th e Government for default. DISSEMINATION OF INFORMATION All efforts performed and data collected under this task are the sole property of the Government. The contractor shall certify to AFCAA that they shall not distribute or publish, except within and betw een the contractor and the program office or AFCAA, inf ormation or tools developed under this contract or contained in the reports to be furnished pursuant to this contract without prior written approval of the Deputy Assistant Secretary (Cost & Economics ) or his designee. Violating the agreement in this certi fication shall be grounds for termination of the contract by the Government for default.
 
Place of Performance
Address: Defense Contracting Command-Washington(DCC-W) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
Country: US
 
Record
SN00561783-W 20040409/040407212419 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.