Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2017 FBO #5875
SPECIAL NOTICE

R -- Surety, Survivability and Strategic Systems Assessment Support - Draft Performance Work Statement

Notice Date
12/22/2017
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFNWC/PZNK, 1551 Wyoming Blvd SE, Kirtland AFB, New Mexico, 87117, United States
 
ZIP Code
87117
 
Solicitation Number
FA236018C4021
 
Archive Date
1/20/2018
 
Point of Contact
Johnny Montano, Phone: 505-846-4579
 
E-Mail Address
johnny.montano@us.af.mil
(johnny.montano@us.af.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
PWS - Surety, Survivability and Strategic Systems Assessment Support Notice Type : Pre-Solicitation Notice, Surety, Survivability and Strategic Systems Assessment Support NAICS Code : 541330 Engineering Services Product/Service Code (PSC) : R425- Engineering and Technical Services Synopsis : It is the intent of the Air Force Nuclear Weapons Center (AFNWC) at Kirtland AFB to issue a sole source contract to the Woman Owned Small Business (WOSB), Valencia Solutions, LLC, 805 Morningside Dr NE, Albuquerque, NM 87110, Cage code: 7EFX8 under the authority of 10 USC 2304(c)(5) as implemented by FAR 6.302-5(b)(7). The scope of this acquisition includes support to the AFNWC in the following areas: contract program management, project-specific management, policy and guidance analysis, and recommendations in regards to strategic system capability assessments based on an established, demonstrated base of experience, electromagnetic pulse, and nuclear surety and certification as well as vulnerability analyses and assessments. (See attached Performance Work Statement). The contractor must have knowledge of and experience with the nuclear enterprise and must have executed Strategic System Capability Assessments (SSCA), Electromagnetic Pulse (EMP) evaluations, and nuclear surety and certification analyses efforts, which contribute to major ACAT programs. Also, the contractor must have a full understanding and experience executing both the DoD's 5000 series and DOE's Phase 6.X acquisitions. Specifically, the contractor must have knowledge and experience in the integration of the DOE-owned systems with the DoD platform. Additionally, the contractor must have expertise in Vulnerability Modes and Effects Analyses (VMEA) of air-delivered nuclear weapon system life-cycle logistics, operations, and system analysis as well as Intercontinental Ballistic Missile and Nuclear Command, Control, and Communications lifecycle assessments. Specific expertise is related to weapon system logistics states such as transportation, storage, maintenance, and generation. Finally, specific expertise with DOE/DoD nuclear weapon systems command and control interface/designs. Overall, this acquisition requires expertise in the nuclear enterprise. The contractor must possess a Top Secret (TS) level facility clearance. All contractor employees must possess and maintain a TS security clearance. Market Research indicates that award to a new contractor would result in significant duplication of costs due to investments needed to gain a fundamental knowledge and understanding of the information/data already generated, required level of Subject Matter Expertise that can be dedicated to these efforts, and the learning curve to gain the capabilities to develop and execute the very unique and specific classified requirements in generating, validating, and testing VMEA and SSCA efforts. Based on this reasoning, there is only one WOSB contractor who is capable of performing the aforementioned follow-on DOE services without added investment and ramp-up time and costs, with the appropriate key personnel for the effort. Restrictions : AFNWC is authorized to exclude all foreign participation at the prime contractor level for subject procurement. Foreign participation is prohibited at the prime contractor level. U.S. based offerors must disclose any proposed use of foreign nationals (FNs), their country(ies) of origin, the type of visa or work permit possessed, and the PWS tasks intended for accomplishment by the FN(s). Offerors are advised FNs proposed to perform may be restricted under U.S. Export Control Laws due to the nature of the technical data. RESTRICTION ON PERFORMANCE BY FOREIGN CITIZENS (i.e., those holding non-U.S. Passports): This topic is "Export-controlled". The information and materials provided pursuant to or resulting from this topic are restricted under the ITAR, 22 C.F.R. Parts 120 - 130 or the EAR, 15 C.F.R. Parts 710 - 774. Foreign Citizens may perform work under an unclassified award resulting from this topic only if they are designated as a U.S. Person, as defined by 22 CFR § 120.15, or if bidder is able to obtain an export license through the Department of State or Department of Commerce. Foreign Citizens designated as U.S. Persons are not permitted to perform work under a classified award. Foreign citizens will at no time be allowed to work on Air Force installations. This notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Any information submitted by respondents is strictly voluntary. As stipulated in FAR 15.201(e), responses to this notice are NOT considered offers and cannot be accepted by the Government to form a binding contract. The decision to solicit for a contract shall be solely within the Government's discretion. Respondents will not be notified individually of the results of any Government assessments. The Government may use the information obtained from responses to this notice in determining its acquisition approach, but the issuance of this notice does not restrict the Government's acquisition approach. The U.S. Government reserves the right to reject, in whole or in part, any input as a result of this notice. Contracting office address : 1551 Wyoming Blvd SE Kirtland AFB, NM 87117 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d4b9f8e7d6d7f881cff4245cbd2f7889)
 
Place of Performance
Address: Kirtland AFB, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN04775013-W 20171224/171222230704-d4b9f8e7d6d7f881cff4245cbd2f7889 (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.