SOLICITATION NOTICE
R -- Weapon System Support & Analysis (WSS&A) - Package #1 - Package #2 - Package #3 - Package #4 - Package #5 - Package #6 - Package #7
- Notice Date
- 4/17/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
- ZIP Code
- 84056
- Solicitation Number
- FA8202-14-R-1004
- Archive Date
- 9/30/2014
- Point of Contact
- Jennifer F. Hutchison, Phone: 8017774207, Nathan P. Lee, Phone: 8017754928
- E-Mail Address
-
jennifer.hutchison@us.af.mil, nathan.lee.3@us.af.mil
(jennifer.hutchison@us.af.mil, nathan.lee.3@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Pricing Attachment must be filled out completely by all offerors. Section L - Instructions, Conditions, and Notices to Offerors Performance Work Statement CDRL's (DD 1423) DD 254 Section M - Evaluation Criteria Safety Requirements This is the official notification for Hill AFB, A-10 Contracting Offices Weapon System Analysis & Support requirement. A request for information for this requirement was previously post under FA8202-14-R-1001. BIDDERS LIBRARY & SAMPLE TASKS To gain access to the bidders library and sample tasks required to propose for this effort, please follow the instructions listed below. a) Request Access to Technical Data The following steps must occur to acquire the data referred to in the SOW, via CD. The distribution of the data is authorized and restricted to DoD and U.S. DoD contractors with a valid form DD 2345 only, for Administrative or Operational use. I. Fill out completed the AF form 2345, Military Critical Technical Data Agreement, at the link: http://www.dlis.dla.mil/JCP, and send to the appropriate office listed at the top of the form. The process may take up to 5 working days for approval. II. After the form is signed by DoD official and returned to Offeror, send completed form with a request for CD to point of contacts in solicitation via e-mail. III. Please check the form DD 2345, in block 4, where it lists "the description of relevant business activity", that the offeror has certification in the areas of aircraft sustainment or any of the aircraft component systems. IV. CD will be made available to Offeror after Contracting receives e-mail and form DD 2345. ---------------------------------------------------------------------------------------------------------- Synopsis: **Note: This opportunity was previously posted as FA8202-14-R-1001; however, for all information from this point forward refer to solicitation number FA8202-14-R-1004. NOTICE: This is not a solicitation but rather a Pre-solicitation Synopsis as required by FAR 5.2. The purpose of this synopsis is to inform the market that the Air Force anticipates releasing a solicitation in the near future as a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 541330, Engineering Services, Military and Aerospace Equipment and Military Weapons which has a corresponding size standard of $35.5M. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hub zone, and Women-Owned small business concerns. DESCRIPTION The Air Force is seeking potential contractors who are interested in providing engineering services to the A-10 System Program Office (SPO) with an anticipated award date of 16 September 2014. This acquisition will be for a single award, 5-year, indefinite delivery, indefinite quantity (ID/IQ) type contract with the option to extend services for an additional six months IAW FAR 52.217-8. It is anticipated that there will be 46 tasks associated with the requirement and each having a period of performance from 12-18 months. This notification is a synopsis of a solicitation for potential contractors who have the skills, experience, data or data-rights, and knowledge required to successfully complete this effort for the A-10 SPO at Hill Air Force Base, Utah and does not constitute a commitment, implied or otherwise, that a procurement will be accomplished. This is not a request for proposal or invitation for bid. To be considered as a potential source for this requirement, a Contractor will be required to submit data in response to the future solicitation, verifying capabilities to meet the requirements on solicitation. BACKGROUND The A-10 SPO is the primary integrator for all modifications and sustainment changes for the weapon system and the current and anticipated dynamic battlefield environments drive many modernization and sustainment changes to the A-10 legacy aircraft, creating unique requirements to maintain the A-10 throughout its life cycle. Modifications affecting all A-10 functional areas and interfaces to include mechanical, structural, electrical, avionics, weapons, support equipment and operational flight programs (OFP), continue to evolve at an unprecedented pace. The A-10 SPO requires systems engineering support to fulfill its role as prime integrator. OBJECTIVE This effort is to acquire engineering services to identify new and developing technologies that can support the accomplishment of A-10 missions and either eliminate or minimize operational and/or sustainability gaps. The Contractor will have to perform integrated systems engineering to deconflict and integrate A-10 baselines, architecture, programs and processes. These include the necessary tools, templates and training for efficient future acquisition and sustainment of the A-10 aircraft. Specific tasks include the provision of a deconfliction matrix, updates, integration and support of products, views or documents called out in the Performance Work Statement (PWS), development of the A-10 Platform Obsolescence Plan, the analysis for the Support Equipment Roadmap, baseline maintenance, A-10 Weapon System Management Environment (AWSME) maintenance, and configuration technical support. The Contractor must obtain applied knowledge of current Air Force Systems and maintenance engineering processes, as well as logistics management best practices using ERP/APS processes in governmental agencies. Additional knowledge specifically related to Department of Defense (DoD) and Air Force logistics goals, objectives, and current practices is also required. The Contractor must be familiar with use of the DoD Architecture Framework (DODAF) 2.0 as a system engineering tool as well as the documents listed in the Appendices of the PWS. TASK REQUIREMENTS See attached PWS Please note that the Government will not exclude any specific contractor from competition on this requirement, unless a contractor is automatically excluded as a result of a regulatory exclusion of certain type of contractors (e.g. small business set-aside). NOTES This is not a request for proposal (RFP) or an invitation for bid, nor is it to be construed as a commitment by the Government. The Government does not intend to make an award on the basis of this synopsis Contract performance may also involve data that is subject to export control laws and regulations. Only contractors who are registered and certified with the Defense Logistics Services Center, and have an approved DD Form 2345, will be provided copies of any related solicitation or other data subject to foreign disclosure restrictions. CONTACT INFORMATION Primary points of contact are: • Capt Jennifer Hutchison, Contract Negotiator at jennifer.hutchison@us.af.mil • Nathan Lee, Contracting Officer at nathan.lee.3@us..af.mil • Keith Lewis, Program Office at keith.lewis.7@us..af.mil ADDRESS 6072 Fir Ave, Bldg 1233 Hill AFB, UT 84056
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8202-14-R-1004/listing.html)
- Place of Performance
- Address: Contractors Facility, United States
- Record
- SN03341745-W 20140419/140417235226-2ec706d020ace5fcbcb570e6cb9b9cc4 (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 |