Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 23, 2013 FBO #4109
SOLICITATION NOTICE

D -- AFWA Systems Engineering, Planning and Integration Support (SEPIS) - SEPIS Technical Library Non-Disclosure Agreement

Notice Date
2/21/2013
 
Notice Type
Presolicitation
 
NAICS
541512 — Computer Systems Design 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
FA4600-13-R-0005
 
Point of Contact
Melissa Hergenrader, Phone: 402-294-9811, Stacy Mazurek, Phone: 402-294-6203
 
E-Mail Address
Melissa.Hergenrader@offutt.af.mil, Stacy.Mazurek@offutt.af.mil
(Melissa.Hergenrader@offutt.af.mil, Stacy.Mazurek@offutt.af.mil)
 
Small Business Set-Aside
N/A
 
Description
See the attached SEPIS Technical Library Non-Disclosure Agreement. Refer to the Pre-Solicitation notice for instructions. Interested parties are notified that the solicitation number for SEPIS has changed from FA4600-12-R-9999 (draft RFP) to FA4600-13-R-0005. Please refer to FA4600-13-R-0005 on FedBizOpps for forthcoming information regarding SEPIS. Interested parties may also refer to SE3162011 and 06242011 for prior information posted during the market research phase of SEPIS. APPROXIMATE SOLICITATION ISSUE DATE: March 2013. The 55th Contracting Squadron will be conducting the solicitation and award of a cascading set-aside, non-personal services, single award contract for a base period and four (4) one year option periods. In addition, FAR clause 52.217-8, Option to Extend Services will be included. The Cascade Set-Aside with include two tiers. Tier 1 will be set-aside for Small Businesses and Tier 2 will feature full and open competition. This contract will have Cost Plus Incentive Fee (CPIF) CLINs along with a Firm Fixed Price (FFP) CLIN and Cost Reimbursement CLINs. Contract Transition period is expected to be 90 days starting on either 1 October 2013 or 1 January 2014. The acquisition’s objective is to provide the systems engineering products for AFW to order the system services necessary to ensure that AFW systems deliver an increasingly higher level of effectiveness, reliability and performance (technically, functionally and in terms of customer support) while reducing ownership costs. The Contractor shall dedicate themselves to providing world-class, industry standard systems engineering services. The planning for efficient and reliable systems to reduce ownership costs while improving system performance, combined with strong and up-to-date knowledge of technology solutions are key components of this service. Additionally, the Contractor is expected to partner with AFW personnel and serve as a proactive catalyst in continuously improving the effectiveness of AFW systems and the products these systems provide to AFW customers in supporting current and emerging missions. The Contractor is expected to bring the tools, experience, practices and leadership to AFW to move its information technology environment into a proactive, highly customer responsive system following best business practices. Contractor must be able to meet all requirements of the Contract Performance Work Statements (PWS), certification requirements, and appropriate security clearances. Contractor must comply with guidelines specified in the DD Form 254, Contract Security Classification Specification. This project is classified up to Top Secret. Specific contractor employees who require access to Sensitive Compartmented Information (SCI) will be required to meet ICD 704 personnel security standards. The number of SCI positions required to perform this contract will be approved by the AFWA Special Security Officer based on validated needs. All contractor personnel assigned to perform work under this contract shall have a minimum of Secret security clearance except those assigned to SCI Billets. No waivers will be considered. This acquisition will be conducted using negotiated procedures in accordance with FAR Part 15. The Request For Proposal (RFP) and all associated documents, when issued, will be posted on the required government wide point of entry (FedBizOpps). Draft RFP documents have been posted on the FedBizOpps website under the previous solicitation number FA4600-12-R-9999. Offerors are reminded that the new solicitation number for SEPIS is FA4600-13-R-0005. Offerors are encouraged to subscribe/register for this solicitation number through http://www.fedbizopps.gov to ensure they automatically receive all documents associated with the procurement in a timely manner. All associated documents will be released electronically, except for the Technical Library DVD established for the SEPIS solicitation. The library is composed of technical, architecture, and schematic information. One copy of the Technical Library DVD will be provided to each prospective company. The Technical Library will contain Unclassified For Official Use Only (FOUO) information, documents that are on AFWA's OPSEC Critical Information List and some are considered Controlled Unclassified Information (CUI). Because of this, the technical library will only be released to companies that currently hold a Facility Clearance (FCL). To obtain a copy, please send your company's name and Cage Code to both Melissa Hergenrader at melissa.hergenrader@offutt.af.mil and Stacy Mazurek at stacy.mazurek@offutt.af.mil so the Government can verify your company has a FCL. Once your FCL is verified, 55 CONS will send out a notification that your company can obtain a copy of the Technical Library DVD. A completed and signed Non-Disclosure Agreement (NDA) must be completed by the person receiving/picking up the DVD (see attachment posted with this synopsis). The NDA must be returned to 55 CONS either prior to or provided at the pickup date/time arranged with 55 CONS. If multiple people in the Contractor's organization/team have a need to know or require access to the Technical Library Data, each person must fill out a NDA and return it to 55 CONS. If an interested company is not in the local area, 55 CONS will mail out a copy of the Technical Library DVD after the FCL is verified and a NDA is received from the recipient. The NAICS code is 541512, and the size standard is $25.5M. Anticipated award date is Fall 2013 or early Winter of 2014. Please send all questions to Melissa Hergenrader at melissa.hergenrader@offutt.af.mil and Stacy Mazurek at stacy.mazurek@offutt.af.mil. No discussions will be conducted telephonically.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/55CONS/FA4600-13-R-0005/listing.html)
 
Place of Performance
Address: 55 CONS/LGCZ, Offutt AFB, Nebraska, 68113, United States
Zip Code: 68113
 
Record
SN02993071-W 20130223/130221234812-3471359edcaa9475cb3b9dad1427a5e1 (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.