Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2011 FBO #3497
SOLICITATION NOTICE

D -- Air Vehicle Planning System V - Air Vehicle Planning System V

Notice Date
6/20/2011
 
Notice Type
Presolicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, Nebraska, 68113-2107, United States
 
ZIP Code
68113-2107
 
Solicitation Number
FA4600-11-R-0028
 
Archive Date
7/20/2012
 
Point of Contact
Jeffrey A Kasza, Phone: 402-294-4098, Stacy D Mazurek, Phone: 402-294-6203
 
E-Mail Address
jeffrey.kasza@offutt.af.mil, stacy.mazurek@offutt.af.mil
(jeffrey.kasza@offutt.af.mil, stacy.mazurek@offutt.af.mil)
 
Small Business Set-Aside
N/A
 
Description
QUESTIONS AND ANSWERS SET #1 (Q&A 1) REVISED DRAFT RFP FA4600-11-R-0028 DRAFT EXHIBIT A DRAFT CDRL A019 DRAFT CDRL A018 METRICS DRAFT CDRL A018 DRAFT CDRL A017 DRAFT CDRL A016 DRAFT CDRL A015 METRICS DRAFT CDRL A015 DRAFT CDRL A014 DRAFT CDRL A013 DRAFT CDRL A012 METRICS DRAFT CDRL A012 DRAFT CDRL A011 DRAFT CDRL A010 DRAFT CDRL A009 METRICS DRAFT CDRL A009 DRAFT CDRL A008 METRICS DRAFT CDRL A008 DRAFT CDRL A007 DRAFT CDRL A006 METRICS DRAFT CDRL A006 DRAFT CDRL A005 DRAFT CDRL A004 DRAFT CDRL A003 DRAFT CDRL A002 METRICS DRAFT CDRL A002 DRAFT CDRL A001 DRAFT RFP ATTACHMENT 18 - WORK BREAKDOWN STRUCTURE DRAFT RFP ATTACHMENT 17 - REPRESENTATIVE SCRs WORKSHEET DRAFT RFP ATTACHMENT 16 - APS V OPTIONAL TASK SOO DRAFT RFP ATTACHMENT 15 - DOL, EEOC CLEARANCE REQUEST INFORMATION DRAFT RFP ATTACHMENT 13 - CLIENT AUTHORIZATION LETTER DRAFT RFP ATTACHMENT 12 - SUBCONTACTOR TEAMING DRAFT RFP ATTACHMENTG 11 - PP TRACKING RECORD DRAFT RFP ATTACHMENT 10 - PP PERFORMANCE QUESTIONNAIRE DRAFT RFP ATTACHMENT 9 - PP PERFORMANCE QUESTIONNAIRE COVER LETTER DRAFT RFP ATTACHMENT 8 - PP INFORMATION DRAFT RFP ATTACHMENT 7 - CROSS REFERENCE MATRIX OF PP QUESTIONS (REVISED DRAFT). DRAFT RFP ATTACHMENT 6 - NCIC DATA DRAFT RFP ATTACHMENT 5 - CPIF PLAN DRAFT RFP ATTACHMENT 4 - AP2 PROCESS DRAFT RFP ATTACHMENT 3 - DRAFT DD250 DRAFT RFP ATTACHMENT 2 - GFE LISTING DRAFT RFP ATTACHMENT 1 - SECTION J Original DRAFT APS V RFP Comments-To include changing reference number from FA45600-11-R-0028 to FA4600-11-R-0028. 55 CONS/LGCZ, 101 Washington Square, Offutt AFB, NE 68113-2107 Air Vehicle Planning System V (APS V) POC: Jeff Kasza, 402-294-4098. Alternate POC: Stacy Mazurek, 402-294-6203 Solicitation Number: FA4600-11-R-0028 APPROXIMATE SOLICITATION ISSUE DATE: June 2011. The 55th Contracting Squadron will be conducting the solicitation and award of a full and open competition, non-personal services, cost plus incentive fee contract for a base period and six (6) one year option periods. In addition, FAR clause 52.217-8, Option to Extend Services will be included. This effort is to provide Air Vehicle Planning System capabilities for USSTRATCOM. Contract Transition period is expected to be 180 days starting approximately between 1 August 2012 and 31 January 2013. The Air Vehicle Planning System (APS) software is a full fidelity (able to plan fully validated missions down to the individual sortie level) force-level mission planning system that performs planning functions in support of the nation's nuclear war plan and Conventional Air Launched Cruise Missile (CALCM). APS is currently used to plan missions involving the following aircraft and weapon systems: B-52, B-2, KC-135, KC-10, RC-135, U-2, EP-3, Air Launched Cruise Missile (ALCM), Advanced Cruise Missile (ACM), and CALCM. APS also contains capability to plan DCA, F15/16/18, but this functionality is not in current use. The APS application is used to perform Air Vehicle planning operations, including maintenance operations, exercise and adaptive planning for the Operational Plan (OPLAN), non-nuclear OPLAN planning, and non-nuclear planning. Tasks include route Generation, Mating and Ranging, Timing, Verification, Data Products and Tape Build. Results and outputs are also used by other applications. The software is also used to perform maintenance operations, as required, for an existing OPLAN. The APS mission planning software requirement includes: on-site support for USSTRATCOM planners; engineering and software services for maintenance and analysis of Government-owned mission planning software; provision of interoperability with other necessary programs; correction of known software deficiencies; incorporation of guidance changes; maintenance of the capability to fix both non-critical and emergency (critical) Software Change Requests (SCRs); and application training of USSTRATCOM personnel. The requirement also includes provisions for enhancements and code development. Contractor must be able to meet all requirements of the Performance Work Statement (PWS), certification requirements, and appropriate security clearances. This project is classified up to Top Secret. Individuals may require access to Nuclear Command and Control-Extremely Sensitive Information (NC2-ESI), Special Compartmentalized Information (SCI), Special Acess Program (SAP), and Alternate Compensatory Control Measures (ACCM). An interim Top Secret clearance does not satify DD254 requirements. Contractor must comply with guidelines specified in the DD Form 254, Contract Security Classification Specification (draft DD Form 254 to be issued with the draft RFP). This acquisition will be conducted using negotiated procedures in accordance with FAR Part 15. The Request For Proposal (RFP) and all associated documents, when issued, will be posted on the required government wide point of entry. A draft solicitation is available at this time. Offerors are encouraged to subscribe/register for this solicitation number through http://www.fedbizopps.gov to ensure they automatically receive all documents associated with the procurement in a timely manner. All associated documents will be released electronically, except for the Technical Library CD, which will be provided at the Preproposal Conference/Site Visit (see Section L1.12 of the draft RFP). The NAICS code is 541511, and the size standard is $25M. Anticipated award date is summer 2012. Address questions via-mail to the contracting officer or contract specialist only. No discussions will be conducted telephonically. The primary Point of Contact (POC) is Jeff Kasza, Contracting Officer, Phone: 402-294-4098, Fax: 402-294-0430, e-mail: jeffrey.kasza@offutt.af.mil. The alternate POC is Stacy Mazurek, Contract Administrator, Phone 402-294-6203, Fax 402-294-0430, e-mail: stacy.mazurek@offutt.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/55CONS/FA4600-11-R-0028/listing.html)
 
Place of Performance
Address: United States Strategic Command, Offutt AFB, Nebraska, 68113, United States
Zip Code: 68113
 
Record
SN02477121-W 20110622/110620234716-8fcdaf8045efd87e968a8b5f2959e2c5 (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.