Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2011 FBO #3521
MODIFICATION

R -- Systems Engineering, Management and Sustainment (SEMS) III - Questions & Answers #4 from Sources Sought

Notice Date
7/14/2011
 
Notice Type
Modification/Amendment
 
NAICS
541512 — Computer Systems Design 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
FA4600SEMSIIIOffutt
 
Archive Date
6/15/2012
 
Point of Contact
Stacy D. Mazurek, Phone: 402-294-6203, Brian L. Stricker, Phone: 402-232-6578
 
E-Mail Address
stacy.mazurek@offutt.af.mil, brian.stricker@offutt.af.mil
(stacy.mazurek@offutt.af.mil, brian.stricker@offutt.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Questions & Answers #4 received from Sources Sought Notice - Solicitation FA4600SEMSIIIOffutt The initial sources sought announcement has been amended to request additional information to be submitted in your capability packages. Businesses who previously responded to this Sources Sought are requested to provide additional information to their capability packages and/or new interested businesses are encouraged to submit a capability package. Request that those parties who have already submitted a capability package and are sending a revision to clearly mark your changes (with track changes or mark changed areas with a vertical line in the right hand margin, etc.). Revisions/additions have been made in paragraphs A2, A4, B2n (which was moved to D6), C1b, C2a, C3, C4, D, D5, D8, D9, D10, and D11 of the Sources Sought Announcement below. Note that D5 in the original Sources Sought Announcement has been changed to D7. The response due date for the capability packages is no later than 1400 hours (Central) on 21 July 2011. Questions and Answers #4 are also attached as part of this amendment. SOURCES SOUGHT ANNOUNCEMENT FOR SYSTEMS ENGINEERING, MANAGEMENT AND SUSTAINMENT (SEMS) III A. INTRODUCTION 1. This is a Sources Sought synopsis being conducted pursuant to FAR Part 10, Market Research. This is for planning purposes only and there is no solicitation available at this time. 2. This is an initial step in the planning process for the Systems Engineering, Management and Sustainment (SEMS) III follow-on acquisition currently titled Systems Engineering, Management and Sustainment (SEMS) II. The Government is contemplating award of a Cost-Plus-Incentive-Fee (CPIF) Indefinite-Delivery Indefinite-Quantity (IDIQ) contract(s). 3. The 55th Contracting Squadron at Offutt Air Force Base, Nebraska, seeks potential sources to perform systems engineering, management and sustainment services for integration, modification, and system support to the Air Force and Air Force Weather (AFW). Services will include life cycle systems engineering, systems management, systems sustainment (including, but not limited to, software and hardware modification, adaptive, and corrective activities); research, development, test and engineering; systems performance evaluation; requirements analysis; configuration analysis and management; logistical analysis and management; systems integration; testing and fielding. 4. The North American Industrial Classification Systems (NAICS) code is 541512, Computer Systems Design Services, which has a small business size standard of $25.0M. A small business firm competing as a prime contractor must be able to perform at least 50% of the total personnel requirement within its own company (reference FAR 52.219-14, Limitations on Subcontracting). B. SEMS III REQUIREMENTS 1. Objective: For AFW systems to deliver increasingly higher levels of reliability and performance to satisfy existing and emerging missions while reducing total cost of ownership. 2. Tasks: a. Design effective solutions to satisfy technical, operational and personnel requirements. Translate functional requirements into system allocated and product configuration baselines. Recommend changes to system functional baselines. b. Perform requirements analysis, life cycle cost analysis, and test and evaluation to reduce cost of ownership and optimize system and communications performance (e.g. value-added engineering). Increase system reliability while decreasing maintenance requirements. c. Recommend changes to integration plans and interface specifications that accelerate capability delivery while reducing project costs. d. Acquire and delivery capabilities to meet product baseline requirements. e. Provide test engineering to ensure validation and verification of user capabilities for delivered systems and components. Conduct a test process that demonstrates that product deliveries meet requirements and minimizes the probability of undetected errors. Support Government development test and evaluation, acceptance testing, operational acceptance testing and deployment of systems and applications. As practical, combine development and operational testing activities. f. Provide all personnel with appropriate professional certifications, equipment, tools, materials, supplies, parts, test equipment, supervision, and other items and services necessary for complete life-cycle support of Air Force Weather Agency (AFWA) systems to include planning, installation, sustainment, and optimization. g. Monitor and report cost, schedule, and performance consistent with an approved overall integration plan/master schedule. Communicate status and issues to the government in a clear, consistent and timely manner. Reduce cycle time for all sustainment and modernization activities consistent with sound risk management. Establish and maintain effective business and technical relationships with all associate contractors. h. Provide configuration management and testing to ensure interoperability, security, and compatibility among all systems/subsystems. Validate the baseline for all systems. Maintain and audit AFWA system and communication configuration baselines, and make them available to the government. i. Maintain and perform incremental improvements to system and communications hardware and software including local area networks to ensure they meet capabilities and performance requirements, including correcting any deficiencies in meeting those requirements. Provide system administration, property management, and data administration. j. Meet 24/7 system operational availability and performance requirements for selected subsystems, to include depot maintenance, on-call engineering, vendor support, software license management, and system maintenance as required. Maximize cost effective contractor logistics support (CLS) consistent with the warfighter's concepts of operations, to include changing the functions already performed under CLS and/or bringing additional systems under CLS. Identify metrics for system performance evaluation and report measurements. k. Establish a proactive process to ensure Operational Safety, Suitability, and Effectiveness objectives within the engineering and sustainment processes. l. Provide initial and recurring training on hardware and software items/components to support implementation. m. Decommission AFW systems when useful life exceeded. 3. Period of Performance: It is anticipated that the contract period will be a base period of one year (from date of award with a 2-3 month transition period) and four one-year option periods. 4. Security: The contractor must provide a portion of personnel with TOP SECRET/Sensitive Compartmented Information clearances or be eligible. The remaining personnel must possess Secret clearances or at a minimum, favorable National Agency Check with inquiries. All personnel must be United States citizens. Final security requirements will be documented in the DD Form 254. C. INFORMATION AND INSTRUCTIONS: 1. All businesses capable of providing these services are invited to respond. Any information provided to the government as a result of this sources sought synopsis is voluntary and the Government will not pay for any information submitted. Respondents are requested to submit capability packages electronically, as described below. a. Capability packages shall be one electronic copy. Capability package files should be in MS Office format (Word, Excel or PowerPoint) or Adobe pdf format, and should not exceed 5 MB on one e-mail. All packages shall contain UNCLASSIFIED material only. b. Capability packages should not exceed 20 pages, each single side counting one page, 8.5 x 11 inch, with one-inch margins, and font no smaller than 10 point Times New Roman. All capability packages must be received no later than 1400 hours (Central) on 21 July 2011. c. Capability package responses shall be sent via email to stacy.mazurek@offutt.af.mil AND brian.stricker@offutt.af.mil. 2. Respondents must include the following information within their statement of capability packages: a. Company Information: Provide company name, address, a point of contact with e-mail address and telephone number, Federal Cage Code, Data Universal Numbering System (DUNS), business size, and security clearance level. Your company must be registered in CCR and ORCA. To register, go to https://www.bpn.gov/ccr and http://orca.bpn.gov. Also include intent to be a prime or sub-contractor on this effort. b. Small Business: Small business respondents to this announcement should indicate whether the respondent is a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUB Zone small business, small disadvantaged business, women-owned small business, or historically black college or university (HBCU) or minority institution (MI) (as defined by the clause at DFARS 252.226-7000). 3. In addition to the 20-page capability statement, contractors are encouraged to submit thoughts on overall contract structure, including incentives and fee construct, period of performance, ability of the prime contractor to self perform (and the types of activities considered appropriate for the prime contractor to self perform), small business subcontracting goals, etc. 4. Small businesses are encouraged to submit responses even if your experience is primarily that of a specialized subcontractor. D. CAPABILITY PACKAGE AND EVALUATION: Interested businesses should provide a capability package describing corporate experience in managing recent (within the past 3 years) requirements similar in size and scope to the activities described in this sources sought. Performance information should include dollar value, performance period, point of contact information for verification purposes, and description of the requirement. The Government will identify competitive firms by evaluating the capability packages using the following evaluation criteria. Potential offers should identify the following mandatory capabilities to accomplish the tasks in Section B and program management functions: 1. Possesses expertise and experience to design, develop, test and deliver new weather data processing and display capabilities within existing enterprise architecture. Must demonstrate possession of system engineering processes to reduce cost of ownership and optimize system and communications performance. Must possess design methodologies that increase system reliability, decrease maintenance requirements and meet functional requirements. 2. Possesses expertise and experience to manage efforts to meet contract requirements within budget, and provide government insight into performance. Must be able to demonstrate personnel have appropriate professional certifications, security clearances, equipment, tools, materials, supplies, parts, test equipment, supervision, and other items and services necessary for complete system support. Program management processes must provide continuity of staffing to prevent loss of system support. Must show ability for timely monitoring and reporting of cost, schedule, and performance in comparison with pre-established baseline. Possess processes that communicate status and issues to the government in a clear, consistent and timely manner for joint resolution. Display business practices that reduce cycle time for sustainment and modernization activities. 3. Possesses expertise and experience to provide system performance metrics and report measurements that are sensitive to predicting the future performance of the systems. Management processes identify risks, plan and implement mitigation actions, and monitor progress to identify deviations from planned events. Capable to understand existing assets and requirements. 4. Capable of performing necessary enhancements to and correction of deficiencies in systems and communications hardware and software including local area networks. Processes ensure 24/7 system operational availability and performance requirements will be met. 5. Demonstrate possession of processes, expertise, and experience to incorporate new and emerging information and weather (terrestrial and space) forecasting technologies into the AFWA enterprise architecture. 6. Possess Capability Maturity Model Integration® processes certified to level 4. 7. Contract transition approach provides system continuity through the transition, innovative strategies to reduce transition costs, and time-phased staffing through the transition period. 8. Management capability to control costs and use Earned Value Management (EVM) techniques. 9. Financial capability to perform a cost reimbursement contract (including whether the company has a DCAA/DCMA approved accounting system, approved purchasing system, approved estimating system, etc. and whether the company has current Forward Pricing Rate Agreements with a DCAA/DCMA point(s) of contact). 10. Demonstrate ability to conduct and oversee all aspects of technical and administrative work described above, on contracts that are an Acquisition of Services Category I (reference DoDI 5000.02, Enclosure 9, Table 9). 11. Capable of performing at least 50% of the total personnel requirement within your own company (if you are a small business firm planning to compete as a prime contractor). E. GOVERNMENT RESPONSIBILITY: This Sources Sought Notice is not a commercial solicitation per FAR Part 12, and should not be construed as a commitment by the Government for any purpose, nor does it restrict the Government to an ultimate acquisition approach. Any information submitted by respondents to this sources sought is strictly voluntary and any offer submitted by such a firm will be evaluated without prejudice. All questions and comments on this synopsis shall be submitted via e-mail to only the contacts listed below. PRIMARY CONTACT: Stacy Mazurek (402-294-6203), Contract Specialist, stacy.mazurek@offutt.af.mil. ALTERNATE CONTACT: Brian Stricker (402- 232-6578), AFWA/INTEL Team Lead, brian.stricker@offutt.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/55CONS/FA4600SEMSIIIOffutt/listing.html)
 
Place of Performance
Address: HQ AFWA, 101 Nelson Drive, Offutt AFB, Nebraska, 68113, United States
Zip Code: 68113
 
Record
SN02498502-W 20110716/110714234651-74b9510220ac6bac1e9e429e81eec7d8 (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.