Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 27, 2009 FBO #2925
MODIFICATION

18 -- Launch & Test Range System (LTRS) Integrated Support Contract (LISC) - RFI #2 - Small Business Participation

Notice Date
11/25/2009
 
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
09-49
 
Point of Contact
George Sullivan, Phone: (310) 653-1772, Senah N. Williams, Phone: (310) 653-2487
 
E-Mail Address
george.sullivan@losangeles.af.mil, senah.williams@losangeles.af.mil
(george.sullivan@losangeles.af.mil, senah.williams@losangeles.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This file contains the full text of the Launch and Test Range System (LTRS) Integrated Support Contract (LISC) Request For Information (RFI) #2 - Small Business Participation This is the draft LISC PWS for use in preparing responses to this RFI. This PWS remains a work in progress and is subject to substantial revision prior to final release with the RFP. I. Description / Purpose: 1. In partnership with the 30th and 45th Space Wings, the Space and Missile Systems Center (SMC), Launch and Range Systems Wing (LRSW), Los Angeles Air Force Base, California is contemplating the feasibility of acquiring a long-term, follow-on contract that would consolidate the existing Spacelift Range System Contract (SLRS) contract, the Western Range Operations Communications and Information (WROCI) contract, and the Eastern Range Technical Services (ERTS) contract. 2. SMC is issuing this RFI as part of its market research to determine industry's ability to integrate small business into the LISC acquisition. The Air Force is deeply committed to maximizing opportunities for small businesses and meeting acquisition goals. Consequently, SMC is requesting companies planning to bid on LISC as prime contractors to estimate the nominal and maximum amount of work that could be subcontracted to small business on LISC while still allowing the prime contractor to successfully perform all contract requirements (more details on how this information should be presented are outlined in Section II below). SMC is also requesting respondents to list which sections and/or subsections of the PWS are expected to be subcontracted to small businesses for both nominal and maximum estimates. 3. The Air Force is currently exploring four scenarios for contract requirements: Scenario #1 - The current LISC baseline includes all range O&M, modifications, downrange base operating support (BOS), and mission support communications (comms); Scenario #2 - LISC baseline with downrange BOS excluded; Scenario #3 - LISC baseline with "admin" comms excluded (note: at both 45SW & 30SW "admin" comms is defined as standard base-level IT support that has no Range mission or mission support functionality; e.g., IT at Cape Canaveral AFS is not considered "admin" comms because it also provides mission/mission support comms, while IT at Patrick AFB is considered "admin" comms); and Scenario #4 - LISC baseline with downrange BOS and "admin" comms excluded. 4. A LISC working draft PWS is attached containing all work currently envisioned as part of the LISC baseline. The PWS is currently under revision and subject to substantial changes prior to release of a more fully synthesized draft LISC PWS. Note that current draft Section 7 tasks should be considered to be part of Section 3. II. White Paper Content: Interested industry respondents are requested to provide a White Paper that includes answers/information with regards to the following questions/requests: 1. Respondents are asked to provide percentage estimates (small business dollar component divided by estimated total contract value) for both nominal and maximum small business subcontracting possibilities for each of the four scenarios described in Section I(3) above. The term "nominal" signifies the amount of small business subcontracting the contractor would employ without any requirement or goal being imposed by the Government, i.e., the amount that would generate the most efficiencies for the contractor and the Government. 2. For both nominal and maximum possibilities, respondents are also asked to provide the percentage of small business subcontracting (small business dollar component divided by estimated total contract value) that would be classified as "complex and meaningful" (e.g. O&M, modifications, and communications support). "Complex and meaningful" work does not include BOS, vendors, and supplier services. 3. Respondents shall fill in the attached matrices and include them in the first page of their response. Scenario numbers correlate to those detailed in Section I(3) above 4. In the additional space allowed for the response, respondents shall list the sections and/or subsections of the PWS expected to be subcontracted to small businesses for both nominal and maximum estimates. Respondents shall also detail the risk associated with subcontracting the maximum amount in contrast to the nominal amount. III. Industry Days: An industry day session may be scheduled, based on the results of the RFI. RFI respondents may be invited to participate in supplemental industry day one-on-one discussions with the Government to discuss their White Paper information in greater detail. However, failure to respond to the RFI does not preclude proposal submittal nor industry day participation if a formal acquisition is announced. IV. Small Business Consideration: The Small Business size standard is: 1,000 employees. The Small Business point of contact is Mr. Willard Strozier at 310-653-1108. Responses from small and small disadvantaged businesses are highly encouraged. However, only companies planning to bid on LISC as prime contractors should respond to this RFI. V. White Paper Classification: Respondents shall provide an unclassified response to this RFI. Respondents must indicate whether their responses contain proprietary information if the respondents wish for the responses to be handled as such. VI. White Paper Format: Responses shall not exceed five (5) pages, including the matrices from Section II(4); the Government will not consider pages in excess of 5 (five) pages. Page size shall be 8.5 x 11; font size shall be 12 pt. The White Paper cover page and table of contents pages will not count against the page limit. The Government will not accept company literature or marketing materials in response to this RFI. VII. Response Due Date: 16:00pm PST, 14 December, 2009. VIII. Submission Instructions: Submit an electronic copy in either PDF format or Microsoft Word format to Mr. George Sullivan, at George.Sullivan@losangeles.af.mil by the Response Due Date. Hard copy responses will not be accepted. IX. Questions: All communication associated with this RFI shall be submitted via email to Mr. George Sullivan, at George.Sullivan@losangeles.af.mil. X. Point of Contact: Primary: Mr. George Sullivan, contract specialist, at George.Sullivan@losangeles.af.mil or (310) 653-1772 Alternate:: Ms. Senah Williams, Government Contracting Officer, at Senah.williams@losangeles.af.mil or (310) 653-2487 XI. DECLARATION: This synopsis is not a formal solicitation. The Government does not intend to award a contract on the basis of this synopsis, or to otherwise pay for the information solicited herein. Responses will be used by the Government for informational purposes only as part of its acquisition planning. Information obtained from responses to this RFI will not be used to exclude potential future bidders on the LISC acquisition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/09-49/listing.html)
 
Place of Performance
Address: multiple locations, United States
 
Record
SN02011731-W 20091127/091125235106-ba91ee2a593178ae9fc3b8a59876004e (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.