MODIFICATION
R -- Space Operations Requirements Analysis, Technical Integration, & Engineering Support (SORTIES) - FA2550-11-R-8000 Revised Draft PWS 110323
- Notice Date
- 3/30/2011
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 210 Falcon Parkway STE 2116, Schriever AFB, Colorado, 80912-2116, United States
- ZIP Code
- 80912-2116
- Solicitation Number
- FA2550-11-R-8000
- Point of Contact
- Sarah E. Vollbracht, Phone: 719-567-5659, James Uram, Phone: 719-567-3432
- E-Mail Address
-
sarah.vollbracht@schriever.af.mil, james.uram@schriever.af.mil
(sarah.vollbracht@schriever.af.mil, james.uram@schriever.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- FA2550-11-R-8000 Revised DRAFT Performance Work Statement UPDATE 30 Mar 2011 - Presolicitation Notice The 50th Contracting Squadron at Schriever Air Force Base (SAFB), Colorado, intends to award a contract to procure program management, systems engineering and technical support to ensure continuity of effort and support the 50th Space Wing Plans and Programs Office (50 SW/XP) planning and programming personnel. The contract will be firm-fixed price (FFP) with a Base Period of 1 Sep 11 - 30 Sep 11 plus four (4) one-year option periods, each with a performance period from 1 Oct to 30 Sep of the respective option period. Option Period 1 will be exercised at time of contract award. Services to be provided by this requirement include, but are not limited to the following: Mission Sustainment and Future Program Planning, Requirements Development and Integration of Mission Support Equipment, 50 SW Satellite and Command and Control (C2) Systems Integration, Wing Operational Requirements Development and Coordination, Wing Operational Plan Development, Wing Host/Tenant Base Planning and Integration, and Beddown, and Wing Compliance and Self-Inspection Program (SIP) Support. This requirement will provide scientific and engineering technical services to the 50 SW/XP. The 50 SW/XP Office is chartered to provide future planning to support the 50th Space Wing (50 SW) mission and for 50 SW bases and units and acts as the Wing's "front door" providing initial and continuing support to external agencies. The term "front door" means the 50 SW/XP office is the single point of entry, the only source, into the 50 SW for requests for any future planning support requirements. The 50 SW/XP also provides requirements validation, system integration and planning support for Air Force Satellite Control Network (AFSCN), satellite command and control systems and 50 SW users. The contractor shall provide support to all aspects of 50 SW/XP operations. THIS IS NOT A REQUEST FOR PROPOSALS. This synopsis is to make available a notice of proposed contract action as required by FAR 5.201. The government intends to issue a Request for Proposals, FA2550-11-R-8000, on or before 22 April 2011. This acquisition is set aside 100 percent for small business, with no specific subcategory targeted. The applicable North American Industry Classification System (NAICS) code is 541330 - Engineering Services, with a $27M size standard. For planning purposes, a revised DRAFT Performance Work Statement (PWS) is attached. Interested potential offerors should note that major changes to the PWS include elimination of the requirement for a Sensitive Compartmented Information Facility (SCIF), elimination of a requirement for GWAN/CWAN capabilities, and removal of Program Objective Memorandum (POM) development requirements. Interested potential offerors should review the entire PWS for other changes. Please note, this is a DRAFT PWS, and the Government reserves the right to make further changes. However, the Government is confident there will be no further significant changes prior to issuing the Request for Proposals. An Ombudsman has been appointed to address concerns from offerors or potential offerors. The Ombudsman does not diminish the authority of the program management office or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The Ombudsman can be reached at HQ AFSPC/A7K, 719-554-5250. UPDATE 11 Mar 2011 As part of the acquisition planning process, an Initial Organizational Conflict of Interest (OCI) Analysis has been conducted by the Contracting Officer. As a result of this analysis, the Government has identified several areas of the SORTIES requirement which could potentially be areas for OCI concerns. Attached is a "Memorandum for Potential Interested Offerors" dated 11 March 2011. Interested parties should review that memorandum. Although the final acquisition strategy has not yet been approved, the Contracting Officer intends to request that all offerors provide an OCI analysis and mitigation plan, to include the items discussed in the memorandum as part of their proposals. This memorandum is published for planning purposes only and IS NOT a request for proposal or a request for any other information from industry at this time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/50CS/FA2550-11-R-8000/listing.html)
- Place of Performance
- Address: 210 Falcon Parkway, Suite 2116, Schriever AFB, Colorado, 80912-2116, United States
- Zip Code: 80912-2116
- Zip Code: 80912-2116
- Record
- SN02412550-W 20110401/110330234147-110b2ecdb16b47edccadcfbf8071d9da (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 |