Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2008 FBO #2273
SOURCES SOUGHT

D -- NPES Equipment Support

Notice Date
11/27/2007
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107, UNITED STATES
 
ZIP Code
68113-2107
 
Solicitation Number
Reference-Number-FA4600-08-R-0003
 
Response Due
12/8/2007
 
Point of Contact
Virginia Jones, Contract Specialist , Phone 402-294-9811, Fax 402-294-7280, - Jeffrey Kasza, Contracting Officer, Phone 402-294-8940, Fax 402-294-7280
 
E-Mail Address
virginia.jones@offutt.af.mil, jeffrey.kasza@offutt.af.mil
 
Description
This is a Sources Sought announcement only. This synopsis is issued for the sole purpose of the 55th Contracting Squadron to conduct Market Research in accordance with FAR Part 10. GENERAL DESCRIPTION: This effort is to seek qualified sources capable of providing Nuclear Planning Execution Services (NPES) Equipment Support for a wide range of tasks to include, but not limited to: system architecture design, manufacture, installation, and certification of NPES developed equipment, logistics management, maintenance planning, supportability analysis, training, technical data, supply, support equipment and administrative support. The government requires this effort be performed similar to a Depot Level Modification process, with locations specified by the NPES PMO. HOW TO SUBMIT: Respondents capable of performing this effort are requested to furnish a capability package to include the below information. Please include your company?s name, address, telephone number, point of contact with e-mail address, business size, Data Universal Numbering System (DUNS), Central Contractor Registration (CCR) number, Federal Cage Code, security clearance level, general description of the company with proven ability to meet requirements, and a description of similar contracts, to include agency name, contract number, dollar magnitude, performance period, and point of contact with telephone number. Your company must be registered in On Line Representations and Certifications (ORCA). To register, go to http://orca.bpn.gov. Respondents capable of performing this effort are requested to submit capability packages electronically. Electronic files should be in MS Office format (Word, Excel or PowerPoint) and should not exceed 1 GB, in order for the e-mail to pass through the Offutt LAN. Offutt AFB has firewalls that prohibit certain attachments. When sending documents, please indicate the type of the document in the message of the e-mail and rename that attachment by changing the extension?s last character to an underscore. Example: capabilities.wpd should be renamed to capabilities.wp_. All packages should be UNCLASSIFIED material only. The electronic capability packageshall be e-mailed to jeffrey.kasza@offutt.af.mil. Packages should not exceed 10, one-sided, 8.5 x 11 inch pages, with one-inch margins and font no smaller than 10 point. A verification e-mail will be sent upon receipt (as a reply to your e-mail). If you do not receive verification, contact Virginia Jones at (402) 294-9811 for further instructions. Reponses are due by close of business on 8 December 2007. Responses to this announcement should indicate whether the respondent is a large or a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, woman-owned small business, or historically black college or university (HBCU) or minority institution (MI) (as defined by the clause at DFARS 252.226-7000). The North American Industrial Classification System (NAICS) is 541512; Small business size standard is $23M. CAPABILITY PACKAGE AND EVALUATION: The Government will identify competitive firms by evaluating the capability packages using the following evaluation criteria (19 questions). Each criteria will be rated as either pass or fail. Potential offerors should be specific in demonstrating/referring to their capabilities, experience, and ability to meet the requirements of the technical areas stated below. CRITERIA: The following are the criteria that will be evaluated for meeting the NPES Equipment support requirements. 1. Ability to provide Program Management support. 2. Top Secret level clearances (facility and personnel). 3. Ability to provide supportability analysis for NPES current aircraft platforms (E-4B & E-6B), Department of Defense weapon systems, training systems, and/or support equipment. 4. Ability to design and manufacture ruggedized equipment to meet the current NPES aircraft platforms (E-4B & E-6B), Department of Defense weapon systems, training systems, and/or support equipment requirements. 5. Ability to install manufactured equipment and obtain FAA certification. 6. Ability to develop and update time compliance technical orders (TCTO). 7. Ability to conduct assessments of new technologies. 8. Ability to perform preliminary system concept studies/analysis. 9. Ability to formulate description of the system architecture. 10. Ability to perform detailed requirements analysis. 11. Ability to define product-level/subsystem-level requirements. 12. Ability to conduct periodic studies of the operation of NPES, E-4B, E-6B or other military aircraft platform tools with the goal of identifying technical shortfalls and improvement opportunities. 13. Ability to employ a disciplined and documented systems engineering approach to include requirements tracking, validation, verification, metrics establishment, risk identification, mitigation, trade-offs, tracking and life cycle cost analysis, in accordance with best industry practices. 14. Ability to provide an environmental requirement analysis and certification. 15. An understanding of nuclear hardening of aircraft and equipment with the ability to prevent degrading performance. 16. An understanding of Electromagnetic Interference/Compatibility. (Ensure that newly installed and distributed systems operate without affecting, or being affected by, the aircraft inter/intra system/subsystem electromagnetic environment.) 17. Ability to provide an Integrated Logistic Support Plan that includes some or all of the following: ? Prototype and kit proof aircraft support plan ? Supportability plan ? Training list/plan ? Support equipment plan ? Warranty plan ? Contractor?s approach and recommendations for the follow-on production aircraft ? Design interface issues ? Maintenance Planning ? Support equipment ? Supply support ? Packaging ? Handling shipping ? Transportation ? Training ? Address recommended technology refresh/obsolescence requirements to keep the system current. 18. An understanding and the ability to maintain configuration management. 19. An understanding and the ability to handle multiple levels of power requirement specifications. This synopsis neither constitutes a Request for Proposal, nor does it restrict the Government to an ultimate acquisition approach. This Sources Sought should not be construed as a commitment by the Government for any purpose. Any information submitted by respondents to this sources sought is strictly voluntary and any offer submitted by such a firm will be evaluated without prejudice. The Government will not pay for any information that is submitted by respondents to this Sources Sought. Offerors should indicate their intent to submit a proposal if a Request for Proposal is issued and if their company will be a prime contractor, subcontractor, teaming partner, etc. Questions should be addressed via e-mail to only the contract administrator or contracting officer. Discussions will not be conducted telephonically. CONTACT: Virginia Jones, Contract Administrator, phone 402-294-9811, Fax 402-294-7280, e-mail virginia.jones@offutt.af.mil; or Jeff Kasza, Contracting Officer, Phone 402-294-4098, Fax 402-294-7280, Email jeffrey.kasza@offutt.af.mil. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-NOV-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 14-FEB-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/ACC/55CONS/Reference-Number-FA4600-08-R-0003/listing.html)
 
Place of Performance
Address: 55 CONS/LGCZ 101 Washington Square Offutt AFB NE
Zip Code: 68113
Country: UNITED STATES
 
Record
SN01509680-F 20080216/080214233053 (fbodaily.com)
 
Source
FedBizOpps 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.