SOURCES SOUGHT
R -- Logistics Analysis & Strategic Development
- Notice Date
- 2/23/2012
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW Suite 310, Bldg 94, PSC 341, Anacostia Annex, District of Columbia, 20373, United States
- ZIP Code
- 20373
- Solicitation Number
- FA7014-12-R-1017
- Archive Date
- 3/23/2012
- Point of Contact
- Theresa E. Booker, Phone: 2406126174, Trunita A. Plummer, Phone: 2406126172
- E-Mail Address
-
theresa.booker@afncr.af.mil, Trunita.Plummer@afncr.af.mil
(theresa.booker@afncr.af.mil, Trunita.Plummer@afncr.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Sources Sought synopsis for market research purposes only, this is not a Request for Proposal (RFP). A solicitation is not being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation, nor does it restrict the Government to a particular acquisition approach. This sources sought is being published to identify potential small business within Maryland, Virginia, and Washingon, DC capable of providing advisory and assistance support services to Air Force Logistics enterprise. The North American Industry Classification Systems (NAICS) Code is 541611, Strategic Planning Consulting Services. 1.0. BACKGROUND The Air Force is facing unprecedented challenges that require attention today. Sustaining an aging aircraft fleet and bringing on new weapon systems is challenging the Air Force logistics enterprise. The information technology to enable this sustainment is generally disconnected and antiquated. This impedes maintaining pace with modern requirements for information exchange and collaboration speeds. Additionally, the Department of Defense is continually exerting more control over traditionally Air Force logistics responsibilities. Finally, the nation's budget crisis is going to cut significant resources from the Air Force budget in coming years. Taking all of this into consideration highlights the fact that continuing to conduct business as usual will not be an option. 2.0. SCOPE To create an opportunity to support the Headquarters Air Force Deputy Chief of Staff for Logistics, Installations and Mission Support on the following: • Assist the logistics leadership in developing an Air Force logistics strategy with near-term, mid-term and long-term objectives. • Execute the strategy in a manner that creates a culture of delivering date-certain outcomes. • Deliver Leadership development support such as leadership offsites, planning sessions, and training in using techniques describe in the book, The PRIMES, by Chris McGoff as principles of change management. 3.0. TASK Development and Implementation Assistance for Air Force Logistics Strategy. AF/A4/7 requires an independent third party to assist in developing an Air Force logistics strategy and in identifying, prioritizing and implementing a series of up to three critical strategy implementation projects at a time with date-certain outcomes. 3.1. Subtasks 3.1.1. Contractor shall conduct a preliminary assessment of the Air Force logistics enterprise. The contract will establish a senior mentor relationship with several key USAF Logistics Leaders to build a shared perspective of the state of USAF Logistics. This includes multiple mini-workup sessions with leaders of various levels to advance construction of an Enterprise Logistics Strategic Plan at the conclusion of a major off-site. 3.1.2. Contractor shall design, plan and masterfully facilitate a strategic planning offsite for up to 20 Air Force logistics senior leaders. Graphic recording, also known as reflective graphics or graphic facilitation is required during the offsite to capture ideas and expressions-in words, images and color-as they are being spoken in the moment during the off-site to more powerfully relay the context of discussions after the fact. The goal is to develop an initial strategy and identify two immediate three (3) to four (4) month projects. (Baseline item task) 3.1.3. The Contractor shall aid AF/A4/7 in implementing a series of up to three critical strategy implementation projects at a time with date-certain outcomes as defined by the strategy. 3.1.4. Contractor shall provide training in applying The PRIMES to large scale change and transformation efforts during the offsite. 3.1.5. Contractor shall develop a structure for and initial draft of a strategic communications plan. 3.1.6. Contractor shall advise AF/A4/7 leadership as needed regarding applying The PRIMES and change management best practices. 4.0. DELIVERABLES All deliverables shall be provided in electronic format to the Contracting Officer's Representative and the Contracting Officer. Unless otherwise instructed by the Contracting Officer's Representative, deliverables shall be provided in Microsoft Word. The following deliverables are due under this task order when requested: 4.1. Meeting Minutes: The Contractor shall interface with key leaders throughout the USAF, Joint Staff, and DoD logistics enterprise via continual collaboration and by attending several meetings and conferences. The contractor will also assist with off-site planning sessions and will prepare and submit minutes for all meetings where the contractor provides training or facilitation services. Meeting minutes will be due 3 business days after the meeting concludes. 4.2. Trip Reports: Travel may be required in the performance of this work statement. The contractor will provide a trip report for all approved travel. 4.3. Stakeholder interviews: The contractor will provide a summary of all stakeholder interviews 4.4. Weekly status reports: The contractor will provide weekly status reports to include a summary of work accomplished and work to be accomplished in the next week 4.5. Monthly Billing Summaries: The billing summary will consist of all costs incurred by the contractor which will include each labor category utilized during the reporting period, all other direct cost incurred and travel expenditures. 4.6. Final report: The contractor will provide a final report which will include an executive summary, description of work accomplished, preliminary assessment of the Air Force logistics enterprise (Baseline item task 3.1), initial draft of a strategic communications plan (Baseline item task 3.4)conclusions and recommendations The table below reflects all deliverables and their due dates under this task order. SOW Deliverable or Milestone POC PWS Task/Subtask Para Medium: Delivery Date: 4.1 & 4.2 Meeting Minutes and Trip Reports COR Task 3.1.1, 3.1.2 Electronic or hardcopy 2 weeks after Travel 4.3 Stakeholder interviews COR Task 3.1.1 Electronic or hardcopy 2 weeks after interviews 4.4 Weekly status reports COR Task 3.1 Electronic or hardcopy Weekly 4.5 Monthly Billing Summaries COR Task 3.1 Electronic or hardcopy Monthly 4.6 Final report with preliminary assessment of the Air Force logistics enterprise and initial draft of a strategic communications plan COR Task 3.1 Electronic or hardcopy As required 5.0. SERVICES SUMMARY Below is a matrix table listing a summary of the performance objectives and performance thresholds required by the Government in contractor performance. The contractor shall provide deliverables (as listed in Section 4.0) to the Government according to the following timeliness performance requirements: 5.1. Service Summary SS# and Performance Objective Task/Paragraph Performance Threshold Method of Assessment SS1: The contractor will provide a summary of all stakeholder interviews and a preliminary assessment of the Air Force logistics enterprise Task 3.1.1. 100% on time delivery based on delivery date. Document Quality: Multiple Revisions may be required - 100% turn-in of requested documents with no more than 3 deficiencies. No more than 3 deficiencies on the accuracy and completeness of drafts. 100% resolution of all issues, accuracy and completeness of final draft. Periodic review of suspense deadlines. 100% review of all documents, and random and validated customer complaints. SS2: Design, plan and professionally facilitate a strategic planning offsite with appropriate meeting minutes Task 3.1.2. 100% on time delivery based on delivery date. Document Quality: Multiple Revisions may be required - 100% turn-in of requested documents with no more than 3 deficiencies. No more than 3 deficiencies on the accuracy and completeness of drafts. 100% resolution of all issues, accuracy and completeness of final draft. Periodic review of suspense deadlines. 100% review of all documents, and random and validated customer complaints. SS3: Training in applying The PRIMES Task 3.1.4. 100% on time delivery based on delivery date Training meets allocated time Review of training material and comparison to The PRIMES. SS4: Draft strategic communications plan Task 3.1.5. 100% on time delivery based on delivery date. Document Quality: Multiple Revisions may be required - 100% turn-in of requested documents with no more than 3 deficiencies. No more than 3 deficiencies on the accuracy and completeness of drafts. 100% resolution of all issues, accuracy and completeness of final draft. Periodic review of suspense deadlines. 100% review of all documents, and random and validated customer complaints. 6.0. Not Used. 7.0. PLACE OF PERFORMANCE: 7.1. Geographic Locations. The work will primarily be performed at contractor's site, but contractor will have access to AF/A4/7 offices and staff as necessary. The Contractor shall perform the tasks defined in this PWS at several locations, to include but not limited to: The National Capitol Region, at the Pentagon and Andrews Air Force Base, MD. Other tasks shall be performed at Air Force MAJCOMS or other areas as designated by the COR. The Contractor shall support training, off-sites, and other meetings, as required by the Government. Performance of the requirements under this contract will require contractor travel away from their home station. Leadership offsites, team launch meetings, and training will take place at contractor or third-party vendor site(s). Video teleconferencing will be considered first as an option in lieu of travel, so long as video teleconferencing does not impede the ability to build personal relationships and team trust. 7.2. Hours of Operation: The Contractor shall perform during the same normal duty hours as the Government under the Flex Tour routine, with core hours between 0900-1500. Contractor employees may report for duty between 0630-0900 as long as an 8-hour duty day is performed. Certain events may require services beyond the normal duty hours. The Contractor may work beyond those normal duty hours, as necessary, upon approval of the CO. 7.3. Federal Holidays: The following is a list f U.S. Government holidays. If the holiday falls on a Saturday, the preceding Friday is observed as the holiday. If the holiday falls on a Sunday, the following Monday is observed as the holiday. Normal work operations, which fall on a government holiday shall be performed on the day following an observed holiday. New Year's Day Labor Day Memorial Day Martin Luther King Jr.'s Birthday Columbus Day Christmas Day Inauguration Day Veterans Day Independence Day President's Day Thanksgiving Day 7.4. Billable Hours: Government surveillance of contractor performance is required to give reasonable assurance that efficient methods and effective cost controls are being used. In order for man-hours to be billed on this requirement deliverable services must have been performed in direct support of a requirement in the PWS. In the course of business, situations may arise where Government facilities may not be available for performance of these requirements (i.e., base closure due to weather, down day etc.). During these situations contractor personnel will not be paid or will report to their corporate offices. 8.0. GOVERNMENT FURNISHED EQUIPMENT (GFE)/INFORMATION (GFI) PROPERTY IN POSSESSION OF CONTRACTORS (PIPC). 8.1. Government Equipment. The Government will furnish or make available to the Contractor office space, equipment, regulatory documentation, software and data to perform the tasks specified in this PWS. These items include, but are not limited to: personal computers, office supplies, facilities, telephones, etc. to be used for Government business only IAW this PWS. 8.2. Personal Computers and PC Access. The Contractor shall have access to government computers as applicable and appropriate to be used in support of this contract. 8.3. Telephones. The Contractor may use government telephone systems, including the Defense Switched Network (DSN), in the performance of this contract. The DSN long distance service is to be used in accordance with Air Force Instruction (AFI) 33-111, Telephone Systems Management. 8.4. Security Clearances and Classified Material Handling. 8.4.1. This work effort involves the contractor having access to and/or the safeguarding of classified information material and all personnel require a SECRET clearance. The security policies, procedures and requirements stipulated in the National Industrial Security Program (NISP); NISPOM and supplements thereto are applicable. These requirements include the following security requirements and/or guidance whenever contract performance will occur on an Air Force installation or within an Air Force controlled facility or activity: 8.4.2. The Contractor must possess, or acquire prior to award of a contract, a facility clearance equal to the highest classification required on the Contract Security Classification Specification (DD Form 254) of this contract. The Contractor shall observe and comply with the security provisions in effect at the facility. ID badges shall be worn and displayed at all times. The Government reserves the right to modify Security Clearance Requirements contingent upon any changes to the scope of work to the PWS. The Government will issue said modification post-award deemed necessary. 8.4.3. Disclosure of Information. The Contractor shall not release to anyone outside the Contractor's organization any classified/unclassified information, regardless of medium (e.g., film, tape, document, etc.), pertaining to any part of this contract or any program related to this contract, unless: (1) The Contracting Officer has given prior written approval; or (2) The information is otherwise in the public domain before the date of release. Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The Contractor shall, submit its request to the Contracting Officer at least 45 days before the propose date for the release. The Contractor agrees to include a similar requirement in each subcontract under this contract. Sub contractors shall submit request for authorization to release through the prime contractor to the Contracting Officer. The Contractor shall not release, publish, or disclose sensitive information to unauthorized personnel, and shall protect such information in accordance with provisions of the following laws and any other pertinent laws and regulations governing the confidentiality of sensitive information. • 18 U.S.C. 641 (Criminal Code: Public Money, Property or Records) • 18 U.S.C. 1905 (Criminal Code: Disclosure of Confidential Information) • Public Law 96-51 I (Paperwork Reduction Act) 8.4.4. The Contractor's procedures for protecting against unauthorized disclosure of information shall not require Department of Defense employees or members of the Armed Forces to relinquish control of their work product, whether classified or not, to the contractor. 8.4.5. The contractor shall comply with all security requirements outlined in the visit request procedures contained in DOD 5220.22-M, "National Industrial Security Program Operating Manual." 8.4.6. Prior to beginning operations involving classified information on an installation identified on the DD Form 254 where the contractor is not required to have a facility clearance, the contractor shall enter into a security agreement (or understanding) with the installation commander to ensure that the contractor's security procedures are properly integrated with those of the installation. As a minimum, the agreement shall identify the security actions that will be performed: (a) By the installation for the contractor, such as providing storage and classified reproduction facilities, guard services, security forms, security reviews under DOD 5220.22-M, classified mail services, security badges, visitor control, and investigating security incidents; and (b) Jointly by the contractor and the installation, such as packaging and addressing classified transmittals, security checks, internal security controls, and implementing emergency procedures to protect classified information. 8.5. Security - ProSight Implementation. The ProSight Implementation support is a USAF work effort involving access to and/or the safeguarding of classified information/material. The security policies, procedures and requirements stipulated in the National Industrial Security Program (NISP); National Industrial Security Program Operating Manual (NISPOM and any supplements thereto are applicable. To include, applicable Federal Acquisitions Regulations (FAR), Defense Federal Acquisition Regulations (DFARS) and Air Force Federal Acquisition Regulations (AFFARS) security provisions and/or clauses. AFFARS Clause 5352 204-9000, Notification of Security Activity and AFFARS Clause 5352 204 9001, Visitor Group Security Agreement (VGSA) are applicable to this effort whenever contract performance will occur within an Air Force controlled facility or activity. 8.6. Security Support Provided by the Air Force. Security support provided by the Air Force to the Contractor shall include storage containers for classified information/material, use of base destruction facilities, classified reproduction facilities, use of base classified mail services, security badging, base visitor control, investigation of security' incidents, base traffic regulations and the use of security forms and conducting inspections required by DoD 5220.22-R, Industrial Security Regulation, Air Force Policy Directive 31-6, Industrial Security, and Air Force Instruction 31-601, Industrial Security Program Management. The long-term visitor group security agreement may take the place of a Standard Practice Procedure (SPP). The Contractor shall comply with all base security requirements. Security support requiring joint Air Force and Contractor coordination includes packaging classified information, mailing and receiving classified materials, implementing emergency procedures for protection of classified information, security checks and internal security controls for protection of classified material and high-value pilferable property. 8.7. Base/Facility Pass and Identification Items. The Contractor shall ensure the following pass and identification items required for contract performance are obtained for employees and non-government owned vehicles as required. • Common Access Card (CAC) or other Contractor Identification Card, as applicable • AF Form 1199, USAF Restricted Area Badge, or a locally developed badge • AF Form 75, Visitor/Vehicle Pass (AFI 31-204) 8.8. Additional Security Requirements. In accordance with DoD 5200.1-R and AFI 31-401, the service provider is to comply with Air Force Special Security Instruction (AFSSI) 5102, Computer Security Program (COMPUSEC); AFI 33-204, Information Protection Security Awareness, Training and Education (SATE) Program; applicable AFIs, and AFSSIs for Communications Security (COMSEC); and AFI 10-1101, Operations Security (OPSEC) Instructions. 8.9. Physical Security. Contractor employees shall comply with base Operations Plans/instructions for Force Protection Conditions (FPCON) procedures, Random Antiterrorism Measures (RAMS) and local search/identification requirements. The Contractor shall safeguard all Government property. At the close of each work period, Government training, equipment, facilities, Munitions, and other valuable materials are to be secured. 8.10. Access Control. The Contractor shall maintain control procedures to ensure common access cards issued by the Government are properly safeguarded and not used by unauthorized personnel. 8.11. Contractor - Employee Non-Disclosure Agreements. Each Contractor employee who may have access to sensitive information under this task order shall complete the "Contractor Employee Non-Disclosure Agreement" available on the National Institutes of Health (NIH) Information Technology Acquisition and Assessment Center website (http://nitaac.nih.gov/nitaac/). A copy of each signed and witnessed Non-Disclosure agreement shall be submitted to the Project Officer prior to performing any work under the task order. 8.12. FAR Part 27.404-1 "Unlimited Rights Data". The Government acquires unlimited rights in the following data except for copyrighted works as provided in 27.404-3: (a) Data first produced in the performance of a contract (except to the extent the data constitute minor modifications to data that are limited rights data or restricted computer software). (b) Form, fit, and function data delivered under contract. (c) Data (except as may be included with restricted computer software) that constitute manuals or instructional and training material for installation, operation, or routine maintenance and repair of items, components, or processes delivered or furnished for use under a contract. (d) All other data delivered under the contract other than limited rights data or restricted computer software (see 27.404-2). 9.0. TRAVEL The Contractor may perform local travel as required and upon request by the COR. Long distance travel may occur with prior approval by the COR and will be charged in accordance with the existing Joint Travel Regulations (JTR) in effect at the time of the travel. Exact travel locations are unknown at this time. An amount will be designated in a separate Contract Line Item Number (CLIN) to cover costs of travel. The Contractor shall not exceed that amount without prior notification and written approval by the Contracting Officer. 10.0. QUALITY ASSURANCE AND PERFORMANCE REQUIREMENTS SUMMARY. The Government will monitor the Contractor's performance. The Government reserves the right to review services to be provided, including those developed or performed at the Contractor's facilities, to determine conformance with performance and technical requirements. Government quality assurance will be conducted on behalf of the Contracting Officer. The COR will be appointed to coordinate the overall assurance of technical compliance.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7014-12-R-1017/listing.html)
- Place of Performance
- Address: Andrews Air Force Base, MD, Pentagon, Washington, DC, Andrews Air Force Base, Maryland, 20762, United States
- Zip Code: 20762
- Zip Code: 20762
- Record
- SN02681695-W 20120225/120223235101-77134b93e4de5f5216f4b5d48157f4ac (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 |