SOURCES SOUGHT
R -- Program Management Engineering & Acquisition Support
- Notice Date
- 11/19/2009
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting 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
- PMEAS
- Archive Date
- 12/8/2009
- Point of Contact
- Justice S Smith, Phone: Use Email
- E-Mail Address
-
justice.smith@offutt.af.mil
(justice.smith@offutt.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT ANNOUNCEMENT FOR PROGRAM MANAGEMENT, ENGINEERING, AND ACQUISITION SUPPORT (PMEAS) 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 Program Management, Engineering and Acquisition Support follow-on acquisition currently titled PMEAS. 3. The 55th Contracting Squadron at Offutt Air Force Base, Nebraska, seeks potential sources to perform a variety of program, functional and resource management as well as engineering services to support the entire acquisition cycle of Information Technology (IT) systems and other USSTRATCOM and Joint Force Component Command mission programs. This support will supplement government organic resources within United States Strategic Command (USSTRATCOM), select Joint Force Component Commands, Electronic Systems Center, and other associated supporting organizations. Program Management support contractors shall not provide personal services, nor perform inherently government functions. 4. The solicitation, when issued, will be a Request for Proposal (RFP) and a Performance Price Tradeoff source selection will likely be the method of contractor selection. 5. The North American Industrial Classification Systems (NAICS) is 541611, Administrative Management and General Management Consulting Services, which has a small business size standard of $7.0M in annual gross income. B. BACKGROUND 1. In November 2007, a Firm Fixed Price (FFP) GSA Task Order was competitively awarded to provide PMAS support to USSTRATCOM and its associated units for a base period of one year and a one year option period. PMAS support consists of technical and program management support services in support of the acquisition of Information Technology (IT) systems for USSTRATCOM and select Joint Force Component Commands. Estimated contract value is $50M. 2. The contract required the winning contractor to sign a Conflict-of-Interest (COI) statement which precluded the winning contractor from performing on future contracts supporting USSTRATCOM with the exception of the PMEAS follow-on contract. This was necessary because the winning contractor, in performance of the PMEAS contract, would have access to Government proprietary information providing them an unfair competitive advantage to bidding on future contracts. The contractor was also required to have each employee working on the contract sign a Non-Disclosure statement. C. PMEAS REQUIREMENTS 1. Objective: The Contractor shall provide a wide range of diverse services including: program, acquisition logistics, engineering, and financial management tasks required to support and sustain various USSTRATCOM areas. 2. Tasks: Performance Work Statement (PWS) tasks my include, but are not limited to, capabilities integration and planning, cost estimating, schedule analysis, earned value management, engineering, configuration/data management, administrative support, acquisition management, logistics management, test and evaluation, government furnished property (GFP) management, participation on Integrated Product Teams (IPTs) and related activities, analyzing problems, defining alternative solutions, providing recommendations, writing reports, and accomplishing specifically assigned work as defined in individual task orders. There is a possibility that systems engineering tasks may be included as well. 3. Special Requirements: Organizational Conflict of Interest (OCI) requirements apply and the contractor awarded the PMEAS contract must be aware of OCI limitations due to the sensitive nature of the data they will have access to during their performance of PMEAS. 4. Period of Performance: It is anticipated that the contract period will be a base period of one year (01 Oct 2010 thru 30 Sep 2011) and four one-year option periods, exercised at the unilateral right of the Government. Contract transition is expected to be 30-60 days starting approximately between 01 Aug 2010 and 01 Sep 2010. 5. Place of Performance and Workdays: The primary place of performance will be at USSTRATCOM, Offutt AFB NE. However, performance may be required at other DOD facilities or contractor sites as necessary. Normal workdays are Monday through Friday except US Federal Holidays. However, short term surge situations may require in excess of 8 hours on occasion. Contractors must ensure that they can provide for this type of contingency. All overtime hours must be approved by the government designated Quality Assurance Personnel (QAP) prior to any excess hours worked. 6. Contract Type and Ceiling: The contract type has not yet been determined, but the Government is contemplating a single award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract. Performance Based Service Acquisition (PBSA) requirements IAW Air force Instruction (AFI) 63-124 dated 10 Aug 05 or later apply. The estimated ceiling for this effort is $50M. 7. Security: SECRET security clearances will be required for all employees prior to performing any tasks in the PWS. Several individuals may require access at a higher level to include Sensitive Compartmented Information (SCI). Final security requirements will be documented in the DD Form 254. 8. Travel: Travel to other government facilities or other contractor facilities may be required. All travel requirements, (including plans, agenda, itinerary, dates, etc.) must be approved by the government designated Quality Assurance Personnel (QAP) prior to actual travel. The Government shall reimburse the contractor for travel expenses incurred in direct support of this contract. Travel and per diem will be paid IAW Federal Acquisition Regulation (FAR) 31.205-46 and the Joint Travel Regulation (JTR). D. 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 shall submit their capability packages as described below. i. Capability packages shall include three hard copies and one electronic copy on compact disc. Electronic capability package files should be in MS Office format (Word, Excel or PowerPoint) and should not exceed a single compact disc. All packages should be UNCLASSIFIED material only. ii. Capability package responses shall be sent to the following address: 55 CONS/LGCZ, Attn: Justice Smith, 101 Washington Square, Offutt AFB NE 68113-2107. Please provide 3 hard copies and a single compact disc of your capability package. 2. 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 4:00 pm (Central) on 7 Dec 09. 3. Respondents must include the following information within their statement of capability packages: i. Company Information: Your company's 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 ORCA. To register, go to http://orca.bpn.gov. ii. Small Business: The North American Industrial Classification System (NAICS) for this acquisition is 541611, Administrative Management and General Management Consulting Services, which has a small business size standard of $7.0M in annual gross income. 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). iii. Company's Role: Your Company's intent to be a Prime or Subcontractor on the PMEAS effort. 4. Respondents must address how they can provide the necessary core acquisition support services. The capability package should include examples of efforts of approximately the same size, complexity, composition, functionality, and criticality within the last three years. Provide organization name, contract number, dollar magnitude, performance period, and point of contact with telephone number and/or e-mail address with example information. The Government will assess a company's capability using the criteria below: • Does the contractor have experience as a prime contractor? • Does the contractor have experience managing subcontractors? • Does the contractor have experience providing support under Firm Fixed price task orders? • Does the contractor have experience managing numerous employees on a single task order (i.e. more than 15 people)? • Does the contractor have experience with the DOD acquisitions process outlined in the DOD 5000 series documents? • Does the contractor have experience interfacing with external/internal program offices and DoD service agencies, as required? • Does the contractor have a working knowledge of the Integrated Strategic Planning and Analysis System (ISPAN), and Command and Control Modernization (C2 Mod)? • Does the contractor have experience hiring and managing personnel who are SCI indoctrinated, with a Single Scope Background Investigation (SSBI) and TS or be SCI eligible? This project is classified up to Top Secret/SCI/SI/TK/G/HCS. • Does the contractor have experience working contracts that require conflict of interest avoidance? • Does the contractor have experience providing support to the Government on: a. Cost Type Contracts including Cost Plus Award Fee Contracts? b. Firm Fixed Price Contracts? c. Government Source Selections? • Does the contractor have experience with DOD financial management processes? • Does the contractor have experience providing financial management support including Earned Value Management analysis? • Does the contractor have experience in Performance Based Service Acquisitions (PBSA) and in developing Performance-Based Work Statements? • Does the contractor have experience performing technical evaluations of new technologies, downward-directed programs, and requirements documents? • Does the contractor have experience providing Program Management support for Information Technology: a. Software Development System and/or Application contracts? b. Hardware contracts? • Does the contractor have experience providing software development cost estimating support? • Does the contractor have experience providing hardware cost estimating support? • Does the contractor have experience developing schedules and conducting dependency analysis? • Does the contractor have experience supporting Technical Exchange Meetings (TEMs)? This may include collecting or providing data such as meeting minutes, technical evaluations and/or inputs, costs and man-hour estimates, scheduling, etc. • Does the contractor have experience in project management to include: project planning, implementation planning, and/or software development planning? (These plans should include the resources needed, schedules, milestones, man-hour estimates, and costs). • Does the contractor have experience in systems engineering (if the contractor cannot provide systems engineering support, please provide a package anyway and clearly state that systems engineering support is not a part of the capabilities.) a. Developing engineering processes b. Managing software engineering c. Identify, assess and track technical risks and suggest ways to resolve • Does the contractor have experience in providing acquisition support to: a. Developing Program documentation? b. Reviewing and analyzing monthly invoice expenditures? c. Manage problem tracking? d. Identify, isolate, and resolve program management and resource issues? E. GOVERNMENT RESPONSIBILITY: This synopsis should not be construed as a commitment by the Government for any purpose, nor does it restrict the Government to an ultimate acquisition approach. To support contractor-teaming and/or subcontracting arrangements a list of contractors performing these similar PMEAS efforts may be posted when available. Questions on this synopsis shall be submitted in writing via email to Justice Smith, Contract Specialist, Justice.Smith@offutt.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/55CONS/PMEAS/listing.html)
- Place of Performance
- Address: USSTRATCOM, Offutt AFB, Nebraska, United States
- Record
- SN02007847-W 20091121/091120000316-7771666731847d4ba0fdc8ff62880683 (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 |