MODIFICATION
R -- ISSW Enterprise SE&I Ongoing Market Research - Draft SOW
- Notice Date
- 7/3/2009
- Notice Type
- Modification/Amendment
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
- ZIP Code
- 90245-2808
- Solicitation Number
- FA8810-09--R-0001
- Archive Date
- 10/30/2009
- Point of Contact
- Elizabeth Chirdon, Phone: 310-653-3274, Elizabeth Chirdon, Phone: 310-653-3274
- E-Mail Address
-
Elizabeth.chirdon@los.angeles.af.mil, Elizabeth.chirdon@los.angeles.af.mil
(Elizabeth.chirdon@los.angeles.af.mil, Elizabeth.chirdon@los.angeles.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Statement of Work RFI/TARGETED MARKET RESEARCH AND ANSWERS TO INDUSTRY QUESTIONS The ISSW SE&I source selection team is seeking to maximize communication and request input from industry throughout the entire process before final RFP release. Our approach is to incrementally solicit your input on our draft solicitation documents in advance of a complete draft/final package. We have chosen to accomplish this in two ways: 1) to release the draft documents with a set of questions on which we are requesting your input, and 2) to respond on a regular basis to specific contractor questions that have been generalized for the entire community. We look forward to your candid input to ensure that we are delivering the clearest solicitation package to meet the ISSW Enterprise's requirements. This week we are publishing our draft Performance Work Statement and seek your comments and feedback on it. We also have the following questions: REQUEST FOR INFORMATION FROM ISSW/TARGETED MARKET RESEARCH 1) Is the PWS an adequate description of the ISSW enterprise's SE&I requirements? If not, what else do you need? 2) What questions would you like our Space, Ground, or EN groups to answer at the next Industry Day? 3) Would you prefer to bid to organizational structure or to bid a "proposed structure?" 4) We plan to have an objective incentive plan. What do you think the milestones/objectives for payment should be? 5) Our intention is to require a demonstration or fulfillment of some requirement as a key discriminator in the source selection. What do you think that the wing should select to request for a demonstration? 6) If you intend to bid as a prime contractor on this effort, we are requesting OCI mitigation plans be sent to us as soon as possible, ideally by July 24, but not later than July 31. QUESTIONS FROM INDUSTRY AND ANSWERS FROM ISSW - What follows are answers to questions we have received from industry. Q: What kind of processes will be changed? Stated otherwise, are there NEW processes that need to be created? If so, what? A. The SBIRS Wing does not have a current SE&I capability and relies on non optimized processes. Therefore the SE&I contractor will have to document and manage SE&I classic processes e.g. DM and CM in order to meet or provide baseline architecture information and documents. Q: What is the work structure breakdown for the new SE&I contract? (i.e. who is doing which tasks?) A. The PWS will define and contain these functions for the SE&I contract. Broadly stated, the current prime System Contractors will maintain their product engineering role. The Aerospace Corporation will continue to provide specialized technical expertise and assessment along with mission assurance oversight. The Government will retain decision authority for all Enterprise engineering actions. Q: Who will chair the review boards under the SE&I contract? Is it the Wing Commander or the SE&I? What level of authority will the new SE&I contractor have? A. The Engineering Review Boards will be chaired by the EN functional staff with cross functional input from the Government segment leads based on SE&I and Aerospace assessment of the Prime Contractors' proposed changes. As stated in the PWS, the new SE&I contractor, will document, manage, and assess the current Enterprise Architecture and provide to the government appropriate input for future system planning. Q. How is accountability going to be measured on the SE&I contract? A. The PWS will require the contractor to meet objectives of all deliverable documents; quality, schedule, customer relations, internal and external interface and communications and personnel staffing/retention and cost control. Q. Can we have one-on-one sessions with Program Office and Center Leadership? A.. Unfortunately, no, the Leadership elements do not believe it would be fair to meet with some potential SE&I contractors individually, but not all. While Program Office personnel routinely meet with contractors who do business with the Wing on program matters, we recognize that some of them may be potential offerors on the SE&I solicitation. In all such cases, Program Office and Center Leadership will not discuss the SE&I source selection or the desired SE&I contractor capabilities. In addition, during our next Industry Day, there will be another opportunity for contractors to meet one on one with members of the government team. Q. When will the contract be awarded? Is there a time limit? A. The ISSW needs SE&I capabilities that only a qualified contractor can provide as soon as possible. There is some overlap between the work currently provided by the SETA contractor on a labor hours basis and the work that will be done by the SE&I contractor, so a transition period is anticipated. The current SETA contract expires on December 31, 2009. _______________________________________________________________________________ Please email your responses within 2 weeks if possible to Elizabeth Chirdon in a word document. (elizabeth.chirdon@losangeles.af.mil) Also feel free to email questions at any time before the source selection begins and the government will answer questions to the greatest degree possible on FedBizOps.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8810-09--R-0001/listing.html)
- Place of Performance
- Address: SMC, Los Angeles Air Force Base, 483 N. Aviation Blvd., El Segundo, California, 90245, United States
- Zip Code: 90245
- Zip Code: 90245
- Record
- SN01865599-W 20090705/090703233036-ee79afd59f7d11dc036fca657447eb65 (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 |