Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2009 FBO #2843
SOURCES SOUGHT

R -- Air Force Acquisition Improvement Support - Sources Sought

Notice Date
9/4/2009
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW Suite 310, Bldg 94, PSC 341, Anacostia Annex, District of Columbia, 20373, United States
 
ZIP Code
20373
 
Solicitation Number
FA7014-09-R-AFSO21
 
Archive Date
9/26/2009
 
Point of Contact
DELANE E. JONES, Phone: 2027677987
 
E-Mail Address
Delane.Jones@afncr.af.mil
(Delane.Jones@afncr.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Air Force Acquisition Improvement Support PERFORMANCE WORK STATEMENT For Air Force Acquisition Improvement Support 1. Project Title: Air Force Acquisition Improvement Support 2. Introduction: In 2005, the Secretary of the Air Force (SECAF) launched an initiative aimed at fostering an organizational culture of innovation in the Air Force. Based on successful Continuous Process Improvement (CPI) approaches in the private sector, such as Lean, Six Sigma and Process Reengineering, the Air Force effort emphasized the institutionalization of a mindset geared toward being smarter about the way its business is done-in every field, at every level, from start to finish. The Air Force Smart Operations for the 21st Century (AFSO21) Office was established to provide top-level guidance and training for the overall Air Force process improvement efforts. In addition to the AFSO21 efforts, the Air Force (AF) Senior Acquisition Executive (SAE) and the Deputy Assistant Secretary of the Air Force for Acquisition Integration (SAF/AQX) are leading efforts to continuously improve business practices and to develop the workforce for the broader acquisition community. During the past year the AF SAE and the AFMC Commander have established the Integrated Lifecycle Management (ILCM) Executive Forum as a venue for bringing the acquisition and sustainment communities together to better support the total life cycle of AF weapon systems. This has expanded the need for external management research covering the entire life cycle of weapon systems and focusing on business best practices, innovation, and workforce/leadership development. 3. Program/Performance Objective: In support of total ILCM of weapon systems, the government will direct the contractor to conduct research and analysis addressing AF requirements to improve business practices and develop and instruct training for implementing these practices. The contractor will provide deliverables that satisfy specific requirements for tasks IAW individual task orders. 4. Scope of Work The contractor shall provide the personnel (faculty, graduate assistants and subject matter experts), technical expertise, security and facilities necessary to satisfy the overall objectives. The contractor shall accomplish these objectives through a combination of research; studies; data gathering and analysis of government, industry and academic best practices and lessons learned; curriculum development and instruction of training to demonstrate its effectiveness; development of tools and techniques to improve business practices and support development of the ILCM workforce; expert consultation; and support to AF personnel and AF contractors where needed. For the purposes of this contract, ILCM covers all activities associated with the following major sub-processes: - Institutionalizing Standard Work - Oversight, Command & Control over ILCM processes - Continuous Capability Planning - Life-Cycle Management of Weapon Systems - Technology Development - Test & Evaluation - Supply Chain Operations - Maintenance, Repair and Operations - Contract Sourcing The following areas are examples of the support that will be required to accomplish these objectives, but are not meant to be all inclusive. 4.1 Maintain a Center of Excellence for continuously improving business practices and workforce development across the AF and Department of Defense enterprises. 4.1.1 Develop advanced tools, techniques & training modules 4.2 Partner with the Defense Acquisition University (DAU) to conduct relevant ILCM research and incorporate the results into the DAU curricula to maintain currency in its education and training courses. Specific support will include 4.2.1 Performance-Based Logistics and Performance-Based Services Acquisition 4.2.2 Major Defense Acquisition Program (MDAP) lessons learned 4.3 Conduct research and studies associated with the AFSO21 Continuous Process Improvement efforts. Specific support will include: 4.3.1 Acquisition improvement initiatives 4.3.2 Alternative fuels, energy, and power sources 4.4 Conduct research in the areas of leadership and organizational development, particularly as they relate to cultural changes associated with innovation and risk-taking for all aspects of the AF mission. Specific support will include: 4.4.1 War games and simulations for defense acquisition/procurement professionals 4.4.2 Leading change & innovation in the AF 4.5 Partner with DAU in the area of workforce development and research in support of ILCM to develop training and prepare the ILCM workforce for the 21st century. Specific support provided for AFSO21 will be shared with DAU. 4.6 Continue the development of training to support AFSO21, to include specialized applications and advanced tools and train-the-trainer to support transition to AF organic training capabilities. Develop and deliver specific courses, to include: 4.6.1 Master Process Officer, Level I, II & III 4.6.2 Executive Leadership for Leading for Results, General officer, Senior Executive Service (SES) and Chief Command Chief Master-Sergeant level 4.6.3 Senior Leaders for Leading for Results, Colonel and GS-15 level 4.6.4 Eight (8) Step Problem Solving Methodology, Executive Course and Workshop 4.6.5 Strategic Alignment and Deployment, Executive Course and Workshop 4.7 Research and develop training in the area of performance-driven outcomes for weapon system and services acquisition and support. Specific support will include: 4.7.1 Performance-Based Logistics and Performance-Based Services Acquisition 4.8 Conduct research and studies to assess the effectiveness of key ILCM functions, such as systems engineering, contracting, financial management & cost analysis, logistics, installation & mission support, and communication & information technology, and develop/deliver training to improve the execution of these functions in support of ILCM. 5. Data and Privacy Information: The contractor may have access to data and information proprietary to the Government or other contractors. The contractor shall not divulge or release data or information developed or obtained in performance of this task order contract except as authorized by Government personnel or upon written approval of the Contracting Officer. The contractor shall not use, disclose, or reproduce proprietary data, other than as required in the performance of delivery orders. The limitations above do not apply to data or information that has been made public by the Government. Further, this provision does not preclude the use of any data independently acquired by the contractor without such limitations or prohibit an agreement at no cost to the Government between the contractor and the data owner, which provides for greater rights to the contractor. 6. Place of Performance: The contractor will be required to perform at its own facilities, its subcontract facilities, or at Government locations worldwide, as required. To facilitate the accomplishment of individual task orders, the Contracting Officer's Representative (COR) may authorize the use of Government facilities and equipment such as various Air Force computer facilities, technical libraries, and other facilities. The COR shall specify and approve contractor access to these facilities and equipment on an individual task order basis 7. Period of Performance: Period of performance will be one year, with options for four additional years beginning at the time of contract award. 8. Hours of Work: N/A 9. Travel: Travel may be required to meet with government and other contractor personnel. Travel requirements will be outlined in the Program Management Plan for each task. Individual travel requests will be approved by the contractor. Travel will be billed separately from labor and other direct costs. 10. Government Responsibilities: Assistance to the contractor will be outlined in the individual task orders. 11. Government Furnished Services/Property: Government furnished services and property will be provided IAW individual task orders. 12. Inspection and Acceptance Criteria: The contractor will be responsible for the quality of all services provided. 13. Deliverables: The following deliverables are required for each task order. 13.1. Project Management Plan (PMP) shall describe the plan for each sub-task and shall include the schedule (milestones/dates), deliverables and cost for each sub-task. 13.2. Written Quarterly Progress Reports describing the work accomplished during the reporting period and/or significant events will include, but not be limited to, the following: 13.2.1. Progress to date against the PMP to include cost, schedule and performance metrics. 13.2.2. Description of significant travel (include travelers names) or unique services provided. 13.2.3. Problem areas and corrective actions taken or being taken. 13.2.4. Anticipated activity for the next reporting period. 13.3. Conference call reports will be accomplished on an as needed basis, if there are noteworthy concerns or issues prior to the quarter's written report. 13.4. All course materials and intellectual property are copywrite protected by the contractor. The contractor retains the right to use the material for its own purposes. Additionally, all course materials become the property of the government upon delivery and may be modified for subsequent use/reuse, as desired. The contractor shall provide two master hardcopies and two electronic copies of all course & certification materials to the appropriate AF customer and to SAF/AQX, for archival purposes. 13.5. All course materials shall be provided directly to the students attending sessions taught by the contractor. 13.6. Interim reports to the AF will provide status and findings sufficient to allow AF assessment and guidance on future scheduled work. 13.7. The quarterly report described above will contain the following statement: "I certify to the best of my knowledge and belief that the employee(s) worked the hours shown at the skill levels indicated." The name and date of the (Contractor) Program Manager or his/her designee should directly follow this statement. 14. Administrative Information: Program Manager: Maj Dan Ward SAF/AQX 703-253-5613 Daniel.Ward@pentagon.af.mil Contracting Officer's Representative: Shelley Herndon SAF/AQX 703-588-7244 Shelley.Herndon@pentagon.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7014-09-R-AFSO21/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN01941920-W 20090906/090905001212-d4e8bcaf451cd1380da91af9766996b8 (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.