Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 10, 2014 FBO #4673
MODIFICATION

99 -- Lead Project Officers - Draft PWS

Notice Date
9/8/2014
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFNWC/PZI - Kirtland, Installation Contracting Division, AFNWC/PZI, 8500 Gibson SE, Bldg 20202, Kirtland AFB, New Mexico, 87117-5606, United States
 
ZIP Code
87117-5606
 
Solicitation Number
FA9401-15-R-800x
 
Archive Date
10/8/2014
 
Point of Contact
Richard K Mijokovich, Phone: 505-853-1686, Ron Saville, Phone: 505-853-7199
 
E-Mail Address
Richard.Mijokovich@us.af.mil, Ronald.Saville@kirtland.af.mil
(Richard.Mijokovich@us.af.mil, Ronald.Saville@kirtland.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft PWS Notice Type: Sources Sought Response Date: 23 SEP 2014 Original Set Aside: N/A Set Aside: N/A Classification Code: 99 -- Miscellaneous NAICS Code: 541 -- Professional, Scientific, and Technical Services/541990 - All Other Professional, Scientific, and Technical Services; 541330 - Engineering Services; 541712 Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology) Solicitation Number: FA9401-15-R-800x Notice Type: Sources Sought Synopsis: This is a revision to the previous sources sought. Request resubmission by all parties. Note! All correspondence must be submitted to the Contracting POCs. 1. Part: U.S. Government Procurements 2. Subpart: Services 3. Procurement Classification Code: R-Professional, Administrative, and Management Support Services 4. Agency: Department of the Air Force 5. Responsible Office and Address: Air Force Nuclear Weapons Center (AFNWC), Contracting Division (PZID) 8500 Gibson Blvd SE, Bldg. 20202 Kirtland AFB, NM 87117. 6. Notice Type: Sources Sought - Statement of Capabilites 7. Subject: The Air Force Nuclear Weapons Center Lead Project Officers are responsible for oversight, modernization, technology development, management, storage and inception-to-retirement control of integrated systems management of Air Force nuclear weapon systems. For these critical national systems, survivability and vulnerability performance attributes apply to the entire weapon system, to include: all non-nuclear mission essential assets, delivery system or platform, associated non-nuclear support systems, equipment, facilities, personnel, command & control links and supporting logistical infrastructure. The AFNWC's span of control for these strategic systems includes early concept development analysis support through life extension modernization of existing and future weapons systems' technological advancement. In addition to being responsible for the sustainment of current AF nuclear weapons, AFNWC is also responsible for leading life extension programs (LEPs) for the full spectrum of weapons under their purview. LEPs generally follow the 6.X process for nuclear weapon refurbishment but may also be subject to the rules of the DOD 5000 series acquisitions guidelines for some specific programs. 8. Description of the efforts needed are included in the attached draft Performance work Statement. The Air Force Nuclear Weapons Center contracting office (PZID) is contracting for technical input and development of products addressing weapons capability and development planning; systems engineering; maintainability and logistic analysis and planning; system lethality, vulnerability, and threat analysis; munitions test and evaluation requirements analysis; munitions cost analysis and studies; as well as conference and meeting support. All personnel must have and be able to maintain a minimum of a Top Secret Security Clearance. 9. Foreign owned firms are advised they may be precluded from submitting a Statement of Capabilities (SOC). These firms are advised to contact the Contracting Point of Contact or Technical Point of Contact before submitting a SOC. These positions require employees to be United States Citizens with the capability to obtain and maintain a minimum Top Secret clearance. Restriction on performance by foreign citizens (i.e., those holding non-U.S. Passports): This topic is "Export-controlled". The information and materials provided pursuant to or resulting from this topic are restricted under the International Traffic in Arms Regulations (ITAR), 22 C.F.R. Parts 120 - 130 or the Export Administration Regulation (EAR), 15 C.F.R. Parts 730 - 774, which control the export of sensitive technical data. Foreign Citizens may perform work under an unclassified award resulting from this topic only if they are designated as a US Person, as defined by 22 CFR § 120.15 or if bidder is able to obtain an export license through the Department of State or Department of Commerce. Foreign Citizens designated as US Persons are not permitted to perform work under a classified award. Foreign citizens will at no time be allowed to work on Air Force installations. 10. Technology developed under the subject program may be subject to U.S. export-control laws and regulations. These laws restrict the transfer, by any means, of certain types of items, information and technology to unauthorized persons. The award of a government contract does not negate the contractor's responsibility to comply with export control requirements under the Arms Export Control Act (Department of State) or the Export Administration Regulations (Department of Commerce). Potential security risks/export violations may occur when contractors employ foreign nationals or outsource portions of the contract's statement of work. The transfer of sensitive or critical unclassified technology to a foreign national without an approved export license is a violation of the Arms Export Control Act and the Export Administration Act. 11. Request for Statement of Capability (SOC): The Statement of Capability (SOC) shall contain the following information: (1) Demonstrate ability to respond to all mission areas (a) specifically demonstrate significant experience / understanding in Joint, DOE 6.x and DOD 5000.2 (b) Identify your experience in scheduling and schedule integration (c) Demonstrate experience in nuclear Gravity Bombs and cruise missles, specifically, engineering, test, sustainment, and aircraft integration; (2) Clearly demonstrate the ability as the prime to complete at least fifty percent of the effort for each mission area as well as all areas concurrently and demonstrate how the efforts not supported by the prime will be supported; (3) Include a notional plan to assure the availability of an adequate number of qualified and trained personnel to perform the continuous mission requirements and (4) Demonstrate current Top Secret facility clearance and plan to accomplished classificed work during performance of this requirement. All interested firms shall submit a response that includes detailed information demonstrating their capabilities to the Contracting Specialist listed below. Email one (1) copy to the Contracting Specialist no later than 2:00 pm MST on 23 SEP, 2014. The SOC is limited to 10 pages, single spaced, 12-point font, Times New Roman. Submitted information shall be UNCLASSIFIED. NOTE: If there is a resulting contract it will be made only to offeror(s) who can perform the work within the AFNWC facility and have sufficient Top Secret cleared personnel with current qualifications available at the time of contract award. All contractors' employees shall maintain, at a minimum, a Top Secret level clearance, while some may require clearance into Special Access Programs. Firms responding should include their DUNS number, cage code and indicate whether they are a small business. Firms should include if they are a GSA Schedule holder and what Schedule and Special Item Number(s) (SINs) they would propose potential work under. NAICS Codes to be used for this acquisition are: 541990, Size Standard $15M, 541330, Size Standard $38.5M, and 541712, Size Standard 500/1000 employees, depending on the categories used. If your company is capable of performing all or only part of this requirement, please respond to that effect as this requirement may be split into multiple contracts. 12. Any information submitted by respondents to this sources sought synopsis is strictly voluntary. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. This Sources Sought Notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g., SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). Offerors shall indicate whether they are/are not a small business, a small disadvantaged business, 8(a), hub-zone certified, woman-owned, veteran-owned, service disabled veteran-owned or Historically Black College or University. Do not submit a SOC if you do not intend to be a prime or lead. Potential offerors should refer contracting concerns to the Contracting Officer, Ronald H. Saville at (505) 853-7199, or refer technical concerns to the Program Manager, Anthony J. Antognoli at (505) 853-0128. 13. Contracting Points of Contact (POCs): AFNWC/PZID Contracting Officer, Ronald H. Saville, Ronald.Saville@kirtland.af.mil, (505) 853-7199. AFNWC/PZID Contract Specialist: Richard K. Mijokovich, Richard.Mijokovich@kirtland.af.mil, (505) 853-1686. 14. Technical POC: AFNWC/NCSM, Program Manager, Anthony Antognoli, Anthony.Antognoli@kirtland.af.mil, (505) 853-0128.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/FA9401-15-R-800x/listing.html)
 
Place of Performance
Address: Kirtland AFB, Albuquerque, New Mexico, 87116, United States
Zip Code: 87116
 
Record
SN03500199-W 20140910/140909022035-d4ad48f041945661c6f5bd33806d3fa0 (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.