Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2010 FBO #3053
MODIFICATION

99 -- Logistic Management Support - Technical Orders

Notice Date
4/2/2010
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Air Force Nuclear Weapons Center, AFNWC PKE, BLDG 20604 CP 505 846 9516, 2000 WyYOMING BLVD DE, KIRTLAND AFB, New Mexico, 87117-0001, United States
 
ZIP Code
87117-0001
 
Solicitation Number
FA9422-10-R-0005
 
Archive Date
10/17/2010
 
Point of Contact
Rinda L. Kearney, Phone: 5058467947, Theresa V. Erickson, Phone: 5058531686
 
E-Mail Address
rinda.kearney@kirtland.af.mil, theresa.erickson@kirtland.af.mil
(rinda.kearney@kirtland.af.mil, theresa.erickson@kirtland.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a request for information in order to receive industry feedback only. No proposal are being requested or accepted with this synopsis. This is not a Solicitation for Proposals and no contract shall be awarded from this synopsis. Synopsis: Note! All correspondence must be submitted to the Contracting POCs. 1. Part: U.S. Government Procurements 2. Subpart: Services 3. Procurement Classification Code: R-Professional, Administrative, and Management Support Services 4. Agency: Department of the Air Force 5. Responsible Office and Address: Air Force Nuclear Weapons Center (AFNWC), Contracting Division (PKE); Mail to: AFNWC/PKE; Attn: Rinda L. Kearney; 8150 "F" Ave., Bldg 20226, Rm. 9, Kirtland AFB, NM 87117. 6. Notice Type: Sources Sought - Statement of Capability 7. Subject: The Commander 708th Nuclear Sustainment Squadron (NSUS) is responsible for logistics management serving as the Air Force (AF) focal point to respective Department of Defense (DOD)/Department of Energy (DOE) agencies, national laboratories, and military Major Commands (MAJCOM)/Units on all aspects of logistics support and sustainment of nuclear weapons, associated weapons systems, and equipment. The 708th NSUS consists of three flights: Technical Support, Program Management, and Military Liaison. The 708th NSUS is postured to offer diverse, expert, and professional logistics support for nuclear weapons to our many customers. The 708th NSUS is the United States Air Force focal point on all nuclear logistics deployment and sustainment issues. The squadron ensures nuclear weapons, support, and delivery systems are safe, secure, and reliable. The squadron is the AF Executive Agent to the Defense Threat Reduction Agency (DTRA) assuring service coordination and distribution of Joint Nuclear Weapons Publications (JNWPS). The 708th NSUS manages all Category 60N and Category 11N Technical Orders (TO), as referenced in TO 0-1-11N and TO 0-1-11N-1-CD-1. The 708th NSUS is the focal point for managing Category 1 load, air transport and delivery TOs, and air-launched missile warhead mate/demate TOs listed in TO 0-1-11N-1-CD-1. The 708th NSUS manages and maintains nuclear weapon and nuclear related Technical Order Distribution Office (TODO) accounts, publishes the 0-1-11N-1-CD-1 index, and distributes the JNWPS data via paper, compact disk (CD), or Defense Integration and Management of Nuclear Data Services (DIAMONDS). 8. Description of the Efforts Needed Performance Work Statement (PWS): The Air Force Nuclear Weapons Center contracting office (PKE) is contracting for Advisory and Assistance Services (A&AS) tasks required to support the 708th NSUS mission of Technical Order Support and Logistics Management. This will require technical editing, distribution and support of both classified and unclassified TOs in accordance with applicable Air Force Instructions using ADOBE Frame Maker. The offeror will represent the government as the POC for training initiatives and co-chair a local TO management team. The offeror will disseminate system policy and procedures. The offeror will assist with tracking and resolving TO change requests and assist with TO account management, packaging and distribution of classified and unclassified AF TOs and JNWPS publications IAW applicable instructions. They will be required to use current management system software to manage TO accounts and to use ETIMS when implemented. The offeror will support TDYs for TO conferences or other support in either CONUS or OCONUS per government direction. The offeror will convert any and all paper TOs to usable electronic format and support other duties involving TOs and flight manual support. All FMS support hours will be tracked separately for each case. The offerer will provide support for stockpile management, second destination transportation, weapon/component moves, tracking of automated reports and data input into various systems and maintain those systems. Access to classified DTRA database will be required at the Secret Level. 9. Request for Statement of Capability (SOC): Small businesses having the capability to perform this work are invited to submit a Statement of Capability (SOC) in order for the Government to determine whether the acquisition should be set aside for small business. Offerors shall indicate whether they are/are not a small business, a small disadvantaged business, 8(a), hub-zone certified, woman-owned, veteran-owned, service disabled veteran-owned or Historically Black College or University. Foreign owned firms are advised they may be precluded from submitting a SOC. These firms are advised to contact the Contracting Point of Contact or Technical Point of Contact before submitting a SOC. These positions requires employees to be United States Citizens. The Statement of Capability (SOC) shall contain the following information: (1) Demonstrate ability to respond to all mission areas; (2) Clearly demonstrate the ability as the prime to complete fifty percent of the effort for each mission area as well as all areas concurrently and demonstrate how the efforts not supported by the prime will be supported; (3) Include a notional plan to assure the availability of an adequate number of qualified personnel to perform the continuous mission requirements; (4) Demonstrate how classified work at the Secret level would be accomplished in the execution of this requirement; (5) Please indicate whether you have employees qualified in the following software applications: ADOBE Frame Maker; Photo Illustrator; Photo Shop and Microsoft Office Suite (6) capable of working with graphics in the compatible format for AF electronic TOs, digital-tagged TO files shall include required illustration (graphics) files in an approved graphics exchange format (Select : "Guidelines" and "Graphics" on Technical Manual Specifications and Standards (TMSS) web page) and capable of producing PDF, HTML, SGML, and XML electronic products for web based, CD, or paper distribution. Interested small businesses are requested to submit an SOC. Original plus two (2) copies are due no later 12:00 pm MST on 9 April, 2010. The SOC shall be submitted to: Air Force Nuclear Weapons Center/PKE, 8150 "F" Ave., Bldg 20226, Rm. 9, Kirtland AFB, NM 87117. The SOC is limited to 10 pages, single spaced, 12-point font, Times New Roman. Submitted information shall be unclassified. NOTE: If there is a resulting contract it will be made only to offeror(s) who currently have access to a facility cleared to the Secret level and have sufficient Secret cleared and qualified personnel available at the time of contract award. Potential offerors responding to this sources sought synopsis must indicate whether they qualify as a small business under NAICS Code 541990, Size Standard $7M. All contractors' employees shall maintain, at a minimum, a Secret level clearance Sensitive Compartmented Information (SCI) and Special Access Programs. Also, access to classified DTRA database will be required at the Secret Level. 10. This is not a Request for Proposal and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Any costs incurred as a result of this announcement shall be borne by the offeror and will not be charged to the Government for reimbursement. Do not summit a SOC if you do not intend to be a prime or lead. Potential offerors should refer contracting concerns to the Contract Officer, Rinda L. Kearney at (505) 846-7947, or refer technical concerns to the Technical Point of Contact, Ronald M. Froseth (505) 846-4153. 11. Contracting Points of Contact (POCs): AFNWC/PKE Contracting Officer, Rinda L. Kearney, Rinda.Kearney@kirtland.af.mil, (505)846-7947. 12. Technical POC: 708th NSUS Director, Technical Support Flight, Ronald M.Froseth, Ronald.Froseth@kirtland.af.mil, (505) 846-4153.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7e333562479232fa10b2fe5fe6bf7e86)
 
Place of Performance
Address: 708 NSUS, Kirtland AFB, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN02111978-W 20100404/100402235855-7e333562479232fa10b2fe5fe6bf7e86 (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.