Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2009 FBO #2630
DOCUMENT

R -- Systems Engineering and Technical Assistance (SETA) IV - SETA III SOWS

Notice Date
2/5/2009
 
Notice Type
SETA III SOWS
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, HQ AFSOC/AK7Q - Hurlburt, 427 Cody Avenue, Hurlburt Field, Florida, 32544-5434, United States
 
ZIP Code
32544-5434
 
Solicitation Number
FA0021-09-R-0004
 
Point of Contact
Kurt Buchanan,, Phone: 850-884-3196, Louise A Peterson,, Phone: 850-884-5050
 
E-Mail Address
kurt.buchanan@hurlburt.af.mil, louise.peterson@hurlburt.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
PURPOSE OF NOTICE: This is a notice that Headquarters Air Force Special Operations Command (HQ AFSOC) at Hurlburt Field, FL anticipates releasing a Request for Proposal (RFP) under Solicitation Number FA0021-09-R-0004, with a draft RFP release date anticipated on 18 April 2009. The title for this solicitation is Systems Engineering and Technical Assistance (SETA) IV and is for Advisory & Assistance Services (A&AS) (ref FAR Part 37.2) at HQ AFSOC. SETA IV will provide various A&AS and Non-A&AS support to HQ AFSOC directorates and other Special Operations Forces (SOF) activities. SCOPE OF CONTRACT: HQ AFSOC has a continuing requirement for contract support for both A&AS and Non-A&AS services in CONUS and OCONUS locations. SETA IV A&AS support includes: Management and Professional Support Services; Studies, Analyses, and Evaluations; and Engineering and Technical Services; plus other Non-A&AS services necessary to support the mission. All HQ AFSOC directorates are considered primary using activities for this contract effort; however, other organizations and agencies assigned to directly support, or be supported by, HQ AFSOC may require similar A&AS or Non-A&AS services on an “as needed” basis; i.e.,1st Special OperationsWing, 27th Special Operations Wing (Cannon AFB), 919th Special Operations Wing (AFRES), Warner-Robins Air Logistics Center (WR-ALC) and other SOF entities. Any AFSOC directorate, as well as any supporting or supported agency, may order these services as long as requirements are within the scope of this contract and comply with all federal guidelines. GENERAL CONTRACT WORK: The Basic Contract Statement of Work (SOW) will define general Task Order (TO) requirements and a list of mission descriptions for the various HQ AFSOC directorates (or functional areas) which may need support. The general nature of the work to be performed for any HQ AFSOC directorate shall be technical analyses and assessments in furtherance of requirements and related activities on the aircraft or weapon systems identified in each TO. This requirement mandates that the contractor maintain cognizance of, and expertise in, key technical and programmatic issues regarding the programs assigned to each applicable directorate. The nature of this work will at times demand that the contractor be capable of quick response to tight deadlines. The contractor may be required to analyze position papers, plans or briefings, or may be required to evaluate technical issues on short notice. SERVICES SHALL INCLUDE, BUT ARE NOT LIMITED TO: Provide multifaceted engineering and technical assistance as the Chemical, Biological, Radiological, and Nuclear (CBRN) Specialist; provide program management support for Advanced Technology Exploration and Demonstration planning, security, funding, test and transition; assist in developing, reviewing, presenting, and assessing lessons, programs of instruction, and courses at United States Air Force Special Operations School (USAFSOS); assist in management of AFSOC's participation in all experiments/ exercises; assist in managing the AFSOC modification proposal process to validate, develop, approve and employ modifications that better equip the warfighter; provide support of Command and Control (C2) systems as well as other Air Force Special Operations Forces (AFSOF) mission-related computer interests; provide Maintenance and Upgrade Support (MUS) for Silent Shield (SS) mission equipment; provide expertise as a senior level foreign service officer with fully developed skills in political-military, counter-terrorism, and public diplomacy arenas; analyze, develop, and evaluate rated aircrew operational training, manning, and qualification issues, operational data, and operational support programs; implement command flight, ground, and weapons mishap prevention programs; provide analysis, research, training development, instruction, and management support to implement and sustain the required elements of the AFSOC tactics program; provide graphics art technology and efficient operation of associated software/hardware for presentation systems in auditoriums, classrooms, and conference rooms for AFSOC Command Presentations and USAFSOS; provide liaison engineering in support of the C-130 aircraft structures and fleet common systems; provide mission data software generation, database management, electronic warfare (EW) system assessments and related engineering tasks; provide analysis, research, training, operation, and airspace management support to implement and sustain the required elements of the AFSOC unmanned systems program to ensure crews are prepared to conduct operations in hostile environments and survive; provide engineering and program management assistance in the requirements development, integration, installation and fielding of new or advanced avionics systems to improve performance and supportability for all AFSOC aircraft; perform a wide-range of research, analysis, and administrative activities in support of the Air Force SOF-related mission to include monitoring exercises and manning Operations Center; provide technical training support to develop a program of instruction for AFSOC Processing, Exploitation, and Dissemination (PED)operators at worldwide locations; perform analysis and planning activities in support of the Special Tactics combat force; training, coaching, and mentoring and professional development of Advanced Skills Training (AST) students; provide Combat Arms Training and Maintenance (CATM); support for operations and training analysis of AFSOC weapon systems to include strategic planning and integration of higher headquarter requirements analysis; research and analyses, design/development, fielding and evaluation of AFSOC tactics and training systems in support of AFSOC’s current and emerging missions and weapon systems, including supervision of and upgrades to training devices, courseware, and tactics, techniques, and procedures (TTP); provide Current Operations and Training support in order to focus active duty aircrew members on directly supporting the 1 SOW contingency combat flying mission. EXAMPLES OF SPECIALIZED EXPERIENCE: Knowledge of EM, CBRN, and Civil Engineer Readiness, Prime Base Engineering Emergency Force (Prime BEEF), and Collective Protection Small Shelter System (CPSSS-3) / associated Unit Type Code (UTC) matters; C 130 avionic systems; United States Special Operations Command (USSOCOM) nine Core activities; HQ AFSOC C2 and Experiment / Exercise Programs Management Support and other AFSOF mission related computer interests including Theater Battle Management Core System (TBMCS), Patriot Excalibur (PEX), Command & Control Mission Manager (C2MM), Personal Flight Planning System (PFPS), Eagle Claw, and Tactical Lan/SOF Digital Environment (TACLAN/SDE); crisis situations to include Humanitarian Assistance (HA) and Non-Combatant Evacuation Operations (NEO); AFSOC’s Automated Aircrew Management System (AAMS); tactical employment of SOF aircraft; USAF and AFSOC tactics programs and regulatory guidance; SOF operations; Air Force AIRCAT Technical Assistance Request System (TARS); mission data file generation for the ALQ-172, ALQ-196, ALQ-162, ALR-69, ALR-56M, AAR-47, ALE-47, AAQ-24, and ALQ-211 to correspond with threat system performance and operating parameters indicated by validated intelligence reports, foreign material exploitation (FME) test results; Concept of Operations (CONOPS)/doctrine development for unmanned systems with a focus on micro, man-portable, multi-mission, mid-range and air-launched unmanned aerial vehicles and unmanned ground vehicles; direct links to both surface forces and airborne weapons systems; intelligence, surveillance, and reconnaissance; special operations; modeling and simulation; avionics systems installed in AFSOC aircraft (Special Mission, Combat Rescue and Unmanned Aerial Vehicles (UAVs); prepare formal responses to Joint Staff and Office of the Secretary of Defense (OSD) taskings regarding classified SOF operational matters; AFSOC PED TTP and associated security procedures, including Operations Security; published TTP for the Special Tactics combat force and coordinate CONOPS; AF Distributed Common Ground System (DCGS) weapon system; Intelligence (IMINT), Measurement Signature Intelligence (MASINT), and Human Intelligence (HUMINT); US Signals Intelligence (SIGINT) System (USSS); AFSOC Intelligence, Surveillance, and Reconnaissance (ISR) assets. CLEARANCE REQUIREMENTS: In accordance with Air Force Instruction (AFI) 31-501, Personnel Security Program Management, the following is required for both classified and unclassified contracts. Unclassified TOs requiring access to the Non-Secure Internet Router Network (NIPRNet) will require a National Agency Check with Inquiries (NACI) as a minimum. Classified TO’s (Secret & Top Secret) require the contractor to have the minimum clearance/investigation National Agency Check, Local Agency Checks and Credit Check (NACLC) for Secret and SSBI for Top Secret (TS) access and TS/ Sensitive Compartmented Information (SCI) access. Employees working TS/SCI tasks shall be capable of being cleared for applicable Special Access Program (SAP) in-briefs in limited time. Contractor employees requiring clearances must have the clearances in place prior to beginning work or accessing classified information. The contractor shall submit a visit request to the using organization’s security manager via the Joint Personnel Adjudication System (JPAS) system prior to start of each TO. CONTRACTOR INSTALLATION ACCESS REQUIREMENTS: Contractor personnel will be issued the Common Access Card (CAC) per Homeland Security Presidential Directive-12 (HSPD-12), which mandates policy for a common identification standard for all Federal employees and contractors. The Contractor Verification System (CVS) is the primary source used for issuance of the CAC. The contractor shall provide a copy of the applicable security clearances to the Contracting Officer Representative and the using organization’s Trusted Agent for verification in the Joint Personnel Adjudication System (JPAS) system prior to start of each TO. Unit-appointed trusted agents will enter personnel data into CVS after verifying a contractor has as a minimum of a (NACI) or equivalent national security clearance (NACLC). GENERAL INFORMATION: This acquisition is set-aside for small business under NAICS 541330 utilizing Standard Size Code of $27M. Note - at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the small business concern (FAR 52.219-14, Limitations on Subcontracting). Anticipate four (4) awards of non-commercial Indefinite-Delivery / Indefinite-Quantity (IDIQ) Contracts on a firm-fixed price basis with cost-reimbursable line items for travel and materials. In accordance with FAR 16.504c(2)(i)(B) the Source Selection Authority (SSA) may elect to award only one contract if, after the evaluation of offers, it is determined that only one offeror is capable of providing the services required at the level of quality required. Period of Performance: Total contract length will not exceed 5-years commencing approximately 1 November 2009. Task Order length will be up to 1-year with logical follow-ons issued as required or may be awarded for the known requirement as base year with options. Total estimated value not to exceed $75M inclusive of all TO awards over the five-year period. A Task Order for the minimum guarantee of $3K per contractor will be awarded at time of contract award. Contracting method will be in accordance with FAR Part 15, DFARS 215; and AFFARS 5315. The Government reserves the right to award without discussions. Source Selection Procedures will be in accordance with AFFARS 5315.3 – Source Selection Procedures for acquisitions > $10M to < $100M. This is not an RFP and is not to be construed as any commitment by the Government. This notice is not an offer by the Government to enter into a contract. The Government will not pay for any information prepared or provided by interested parties. Interested HubZone Small Business concerns must identify to the contracting officer their interest and capability to satisfy the Government's requirement within 15 days of this notice. All interested parties are encouraged to e-mail SETA4@hurlburt.af.mil to receive a Market Research Questionnaire.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1352ffc6371d35b3adb27a50adb56e28&tab=core&_cview=1)
 
Document(s)
SETA III SOWS
 
File Name: Current SETA III Statements of Work (SETAIIISOWS.pdf)
Link: https://www.fbo.gov//utils/view?id=a17f84adb6a0762732c7b9a56cd8972e
Bytes: 8,219.34 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: The principal place of performance for the majority of TOs is Hurlburt Field, FL. Since Cannon AFB, NM, has been added to AFSOC, it is anticipated that there may be some TOs awarded for performance at that location also. Some TOs will be performed at other CONUS or OCONUS locations. Each TO will specify the place of performance., Hurlburt Field, Florida, 32544, United States
Zip Code: 32544
 
Record
SN01744637-W 20090207/090205215154-1352ffc6371d35b3adb27a50adb56e28 (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.