Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2009 FBO #2851
SOLICITATION NOTICE

D -- Decision Support System (DSS) - Section L, Exhibits A-E Cost Model - Request & Registration Forms - Section J, Attachment 3 SCA WDs - Section L, Attachment 12: Sample Scenario Data - Section J, Exhibits A & B - DSS Draft RFP - Mission Need Statement (MNS)

Notice Date
9/12/2009
 
Notice Type
Presolicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Other Defense Agencies, Missile Defense Agency, MDA Integration and Operations (MDIOC), 730 Irwin Avenue, Building 730, Schriever AFB, Colorado, 80912, United States
 
ZIP Code
80912
 
Solicitation Number
H95001-09-R-0002-B
 
Archive Date
10/3/2009
 
Point of Contact
Danny G. Poskey, Phone: 719-721-9081, Roxanne Banks, Phone: 719-721-7024
 
E-Mail Address
danny.poskey@mda.mil, roxanne.banks@mda.mil
(danny.poskey@mda.mil, roxanne.banks@mda.mil)
 
Small Business Set-Aside
N/A
 
Description
Mission Need Statement (MNS) Section M: Evaluation Factors For Award Section L, Attachment 13: Past Performance Reference List Section L, Attachment 11: Quality Assurance Surveillance Plan (QASP) Section L, Attachment 10: Task Order (TO) 0001 Section L, Attachment 5: Organizational Conflict of Interest (OCI) Form Section L, Attachment 3: Consent Letter Section L, Attachment 2: Past Performance Questionnaire Section L, Attachment 1: Past Performance Information (PPI) Section L: Instructions, Conditions and Notices to Offerors Section J, Attachment 15: Performance Work Statement (PWS) Section J, Attachment 8: Acronym and Definition List Section J, Attachment 7: Government Furnished Property (GFP) Section J, Attachment 6: Master Document List (MDL) Section J, Attachment 5: Incentive Fee Plan (Performance Incentive) (IFP) Section J, Attachment 4: Award Fee Plan (AFP) Section J, Attachment 2: Contract Security Classification Specification DD 254 Section J, Attachment 1: Statement of Objectives (SOO) Model Contract, Sections A-K Data items: 0020 - 0023 Data Items: 0017 - 0019 Data Items: 0013 - 0016 Data Items: 0009 - 0012 Data Items: 0005 - 0008 Date Items: 0001 - 0004 Section J, Exhibits A & B: Contract Data Requirements List (CDRL) Cover Sheet Schedule Baseline - Sample Data Technical Baseline - Sample Data Resource Baseline - Sample Data Section L, Attachment 12: Cover Sheet WD 05-2103 Rev. 8 (DC) WD 05-2079 Rev. 9 (CO) WD 05-2007 Rev.11 (AL) Section J, Attachment 3 SCA Wage Determination Cover Sheet DSS DRFP Offeror's Library Request Form DSS Industry Day #2 Registration Form Exhibit E Exhibit D Exhibit C Exhibit B Exhibit A DESCRIPTION: This is a notice for: 1) Synopsis of Proposed Contract Action 2) Release of the DSS Draft Request for Proposal (DRFP) and 3) Invitation to participate in the DSS Pre-Solicitation Industry Days. SYNOPSIS: The Missile Defense Agency is informing all interested Offerors of a forthcoming competitive full and open solicitation (subject to OCI resolution) for the Decision Support System (DSS). The solicitation will be released, no earlier than 14 October 2009, utilizing FedBizOpps. The MDA intends to award a single Indefinite Delivery-Indefinite Quantity (IDIQ) contract for the development, implementation, and sustainment of a DSS to support integrated program management of the BMDS. Performance shall take place at the Contractor’s facility and multiple MDA locations to include the National Capital Region (NCR), Huntsville, AL (HSV), and the Missile Defense Integration and Operations Center (MDIOC), Schriever AFB, CO (COS). The NAICS code for this effort is 541512 - Computer Systems Design Services, which has a Small Business Size Standard of $25.00 M. This is NOT a Small Business Set Aside. For large businesses, the DSS contract will have a Small Business Subcontracting goal of 30%. The anticipated dollar value of the DSS effort is $36,000,000.00 for a two year base period of performance and three one-year options. Estimated contract award date is 2nd Quarter Fiscal Year 2010. Period of performance is anticipated to begin 1 Apr. 2010. OCI CONSIDERATIONS: The acquisition of the Decision Support System services under the forthcoming solicitation may create actual or potential conflicts of interest (OCIs) for Offerors and their prospective subcontractors or other team members. In assessing and addressing conflicts of interest, MDA will follow the guidance in FAR Subpart 9.5. Offerors will be responsible for ensuring that they and their proposed subcontractors or other team members are not restricted from participating in the forthcoming Request for Proposal due to an OCI related to any MDA-funded contract or subcontract; Ballistic Missile Defense System (BMDS) development, fielding and sustainment related contracts or subcontracts; or other significant, non-BMDS related business relationships with firms doing business with or in support of the MDA. It is MDA’s policy that, consistent with GAO and court decisions, impaired objectivity (bias-type) OCI’s cannot be adequately mitigated through firewalls and/or separate corporate divisions. An impaired objectivity OCI is not mitigated if a contractor performs BMDS development, fielding or sustainment efforts and a firewalled affiliate and/or separate organizational component provides separate Decision Support System services. For purposes of this competition, therefore, MDA does not intend to award any contracts to any contractors, subcontractors, or other team members who also participate in a significant manner in the development, fielding or sustainment of the Ballistic Missile Defense System (BMDS). Also, MDA does not intend to grant OCI waivers of bias-type (i.e. biased ground rules and impaired objectivity) as part of this procurement process when it relates to significant participants in BMDS development, fielding, or sustainment. The solicitation will provide further information relating to impaired objectivity and other OCIs and how to have them addressed and preliminarily resolved prior to offer submission. Additionally, the solicitation will include a clause(s) in Section H that will establish restrictions and obligations to avoid, neutralize, or mitigate OCIs. DRAFT RFP: A Draft Request for Proposal (DRFP) is attached to this announcement for better understanding of the Agency’s desired outcome and review of the solicitation. Industry is encouraged to provide questions and comments regarding this draft solicitation. Questions and comments must be submitted via an e-mail titled ‘DSS DRFP Comments’ to DSS@mda.mil no later than 25 September 2009. It is anticipated that the Final RFP will be released in mid October 2009 via FedBizOpps. Potential Offerors are responsible for monitoring this site for release of the solicitation package and any amendments. Note: The DRFP Offeror’s Library is available at this time. Regulations, manuals, or other publications referenced in the DRFP/RFP will not be issued with the Draft or Final solicitation. Offerors must use the attached DSS Draft RFP Offeror’s Library Request Form to request a copy of the DRFP Offeror’s Library. The completed request form must be submitted by an e-mail titled ‘DSS Offerors Library Request’ to MDADSSLibrary@mda.mil. Documents will be packaged and dispatched in DVD format within three (3) business days of receipt of request. The Government will provide one copy per prime Offeror delivered through the United States Postal Service (USPS) to the mailing address provided. Company’s requesting a copy of the Offeror’s Library must agree to the handling and destruction requirements, as stated in the Draft RFP Offerors Library Request Form, of BMDS FOUO information. Access to this information shall be limited to only U.S. Persons who have a need to know. No pick-up service or physical location is available to review the documents contained in the Offeror's Library. Please direct questions or comments to the Offeror's Library Coordinator at MDADSSLibrary@mda.mil. PRE-SOLICITATION / INDUSTRY DAYS #2: Interested businesses are invited to participate in Government provided briefings and Question and Answer sessions on 23 September 2009, and optional Industry-Government One-on-One Question and Answer sessions on 24-25 September 2009 (demonstrations of any kind are NOT allowed). Pre-Solicitation Industry Days will be held at Von Braun II, Redstone Arsenal, Huntsville AL. Activities will begin at 0800 on 23 September 2009. One-on-One sessions will be scheduled individually for the 24th and 25th of September 2009. Participation for briefings and One-on-One sessions is limited to four (4) personnel per company. The Government will not compensate industry participants for travel, lodging or any other expenses associated with the Pre-Solicitation Industry Days. TENTATIVE PRE-SOLICITATION INDUSTRY DAY AGENDA – 23 SEPTEMBER 2009 TIMETOPIC 0800Check-In 0900WELCOME 0950Executive Requirements Concepts 1015BREAK (15 minutes) 1030User Analyst Processes - Historical Analysis 1130LUNCH (90 minutes) 1315ISG Business Processes 1335Corporate Board Processes 1355MDA Service Desk Processes 1415BREAK (15 minutes) 1430MDA EAB Processes 1500MDA IT Enterprise Operations 1530BREAK (15 minutes) 1545Rights Technical Data & Computer Software/Documentation 1600MS SharePoint 1615Acquisition Overview 1630WRAP-UP Question and Answers 1700Completion PRE-SOLICITATION INDUSTRY DAY AGENDA – 24-25 SEPTEMBER 2009 One-on-One Sessions (limited to 30 minutes per company) For DSS Pre-Solicitation Industry Day registration, submit the attached Industry Day Registration Form to DSSIndustryDays@mda.mil with e-mail titled ‘DSS Pre-Solicitation Industry Days’. Registration must be submitted NO LATER THAN 1600 MST on 18 September 2009. Due to briefing locations, REGISTRATION SUBMISSIONS RECEIVED AFTER 1600 MST ON 18 SEPTEMBER 2009 WILL NOT BE ACCEPTED. You will be registered, scheduled for a One-on-One session (if requested) and provided with a Visitor Package detailing the Visit Authorization Request (VAR) submittal information and the meeting location access instructions. Attendees must have at least a DoD Secret clearance. ACQUISITION SCHEDULE: Current high level milestones for this acquisition assume the following accelerated schedule: DRFP Questions and Comments Due – 25 September 2009 Release FINAL RFP – 14 October 2009 Proposals Due – 30 November 2009 Contract Award – 2nd Quarter FY 2010 Start Performance – 1 April 2010
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/MDA/WASHDC2/H95001-09-R-0002-B/listing.html)
 
Place of Performance
Address: National Capitol Region (NCR); Huntsville, Alabama (HSV); and Colorado Springs, Colorado (COS); as well as other potential MDA CONUS and OCONUS locations., Schriever AFB, Colorado, 80912, United States
Zip Code: 80912
 
Record
SN01952886-W 20090914/090912234551-893ab358922c3bab424c29d9a7f6f0ca (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.