Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2005 FBO #1255
SOURCES SOUGHT

A -- TECHNICAL AND ENGINEERING ACQUISITION SUPPORT 5 (TEAS 5)

Notice Date
5/2/2005
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
FA9200-06-R-0002
 
Response Due
5/24/2005
 
Archive Date
6/8/2005
 
Description
TECHNICAL AND ENGINEERING ACQUISITION SUPPORT 5 (TEAS 5). Sources are sought to provide Advisory and Assistance (A&AS) manpower support services in a variety of engineering, technical and acquisition management disciplines for the Air Armament Center (AAC) at Eglin AFB FL, Hurlburt Field FL, Holloman AFB NM, Kirtland AFB NM, Air Logistics Centers, and other related locations as required. The AAC was created in October 1998 to provide a single focal point within the USAF for air armament. AAC develops, acquires, tests, deploys, and sustains air-delivered munitions. TEAS 5 will provide professional engineering services to support that mission. The anticipated contract type is a cost-plus-award-fee with miscellaneous cost reimbursable line items. The current ceiling level of performance is 875 man-years. Final decision for the acquisition strategy will be made by the Air Force Program Executive Officer for Combat and Mission Support (AFPEO/CM). Any potential small business set-asides will be considered within the requirements of North American Industry Classification System (NAICS) 541710, size standard of 1000 people. Foreign participation is excluded. The TEAS contractor must evaluate the designs and products of AAC?s prime systems contractors. To ensure full access to those designs and products, the TEAS contractor must not be a competitor of the prime contractors which build air armament systems for AAC. The TEAS contractor will not be allowed to bid on any other AAC contract, unless a waiver is granted by the TEAS Contracting Officer. The intent is to utilize unique private sector engineering expertise with demonstrated experience in the area of air-delivered armament to enhance the Air Force's capability to accomplish munitions development and acquisition programs. Interested sources who feel they can meet the requirement should provide a statement of capabilities that provides the following information related to their demonstrated experience and capability in the area of air-delivered armament: a) Potential offerors are to have demonstrated successful experience providing air armament engineering services. Provide contract information and/or other program information describing your experience in the last ten years relative to air-delivered armament systems. Provide points of contact (POC), including names, telephone numbers and email addresses, as appropriate, to verify this information. b) Technical Capabilities: A demonstrated capability in engineering services for air-delivered armament and for interface of air armament systems with USAF/USN fighter and bomber aircraft. The TEAS contractor is to provide a broad range of technical disciplines to meet that requirement, to include aeronautical, electrical, mechanical, materials, environmental, and systems engineering, as well as physics, computer science and operations research. Further details of these disciplines are contained in the current TEAS 4 statement of work. Additionally, the TEAS 5 contract is expected to grow in its capabilities along with new and emerging AAC requirements, including transition to air armament products of directed energy technologies, weapons to counter hard and deeply buried targets, Command, Control, Communication, Computers, Intelligence, Surveillance, and Reconnaissance (C4ISR), Net Ready Weapons, Counter Chemical, Biological, Radiological, Nuclear, and Explosive (CBRNE), Universal Aircraft Interface (UAI), and Persistent Area Dominance (PAD). Describe your experience in any of these emerging AAC requirements. c) Technical Workforce: The TEAS contractor must have demonstrated the capability to manage a large and diverse work force, including professional engineers, technical support staff, administrative staff, and subcontractor personnel. The TEAS contractor must have demonstrated the capability to recruit and retain top quality technical employees, including engineers with national and international reputations in air armament engineering disciplines. Describe your experience in managing a large technical workforce. Give information relative to the number of people, the technical/management fields represented, and the length of time they were managed. Give an example of your ability to recruit top quality engineering personnel in air armament engineering disciplines. d) Technical leadership: TEAS 5 contractor personnel will perform tasks defined by Government engineers, but TEAS personnel are supervised by TEAS contractor task order managers. Since the TEAS 5 contract will be a task order contract, AAC is looking for contractors with demonstrated technical leadership in air armament to select, assign, train, manage, and support its employees. Describe your experience in managing task order engineering work that is prescribed by Government engineers. Indicate your experience with integrating with Government engineers, while maintaining your ability to select, assign, train, manage, and support your employees. e) Systems Engineering Presence: AAC is extremely diverse in geographic location, in mission requirements, and in application of technical capabilities. The TEAS contractor must provide a systems engineering presence across AAC to ensure that best practices and lessons learned from any part of the center are available for application across the center. The TEAS contractor must have the capability to recognize ?cross-cutting? issues and must provide a structure to facilitate exchange of technical information across the organizations served by the contract. Describe your systems engineering experience in the area of air-delivered armament systems. Give an example of how you migrated a lessons learned and/or best practice for one organization or engineering problem to another organization or engineering problem. f) Community Presence: The TEAS contractor must have demonstrated an intentional and deliberate process to encourage and reward technical excellence and professionalism in its engineering workforce. Describe briefly your current company policy to encourage the growth of technical excellence and professionalism in your engineering workforce. Statement of capability packages shall be submitted by email attachment to Ms. Dee Stone, doris.stone@eglin.af.mil, Mr. Carl Ledford, oben.ledford@eglin.af.mil, hand carried, or mailed to AAC/ENR, Attn: Mr. Carl Ledford, Building 11, 102 West D Avenue, Suite 160, Eglin FL 32542. Information is to be submitted in no more than twelve (12) typed pages, 8-1/2 x 11 inches, with at least one and one-half (1-1/2) line spacing, using Office 2000 or higher, Times New Roman 12 font. If hand carried or mailed, include a digital copy on CD. Please do not provide standard marketing brochures, catalogs, etc. Excess pages will be discarded. Responses should reference Solicitation FA9200-06-R-0002. Synopsis responses will be evaluated on the basis of demonstrated engineering technical and acquisition management expertise in performing manpower support contracts in order to determine interested sources, and formulate acquisition strategy. Submission of qualification packages is requested by 24 May 2005. This is not a Request for Proposal (RFP) or an Invitation for Bid (IFB), and is not to be construed as any commitment by the government. It is contemplated that as they are created, elements of the Draft RFP will be released incrementally on the Federal Business Opportunities (FedBizOpps) beginning approximately August 2005. Firms responding to this synopsis should state whether they are a small or 8(a) certified business based on NAICS code 541710 (size standard 1000 people) and whether they are interested as a prime or subcontractor. It is acceptable for companies to submit responses as a ?team? or as prime/sub(s). Routine communication concerning this acquisition should be directed to the points of contact listed below. Technical questions should be directed to Mr. Terrence May, email terrence.may@eglin.af.mil, telephone (850) 883-3081, and contractual questions to Dee Stone, doris.stone@eglin.af.mil, telephone (850) 882-2897, facsimile 850-882-3052, or Mr Carl Ledford, oben.ledford@eglin.af.mil, telephone 882-2919. Collect calls will not be accepted. See Numbered Note 26.
 
Place of Performance
Address: Various Facilities, Eglin AFB, FL
Zip Code: 32542
Country: USA
 
Record
SN00799078-W 20050504/050502211810 (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.