Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2015 FBO #4949
SOURCES SOUGHT

R -- Nuclear Enterprise Summary Plan - Sources Sought Notice - DRAFT PWS

Notice Date
6/10/2015
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical 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
NESP061015
 
Archive Date
7/4/2015
 
Point of Contact
Jennifer Wilterdink, Phone: 5058465705
 
E-Mail Address
jennifer.wilterdink@us.af.mil
(jennifer.wilterdink@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NESP DRAFT PWS Sources Sought Notice NUCLEAR ENTERPRISE SUMMARY PLAN Notice Type: Sources Sought Synopsis NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. 1. SOURCES SOUGHT SYNOPSIS The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 541990 which has a corresponding size standard of $15M. The government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, HubZone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if capable and identify your small business size status to the identified NAICS code. The information requested by this sources sought will be used within the Air Force (AF) to facilitate decision-making and will not be disclosed outside the agency. Firms choosing to respond to this RFI are cautioned that this RFI is not a Request for Proposal (RFP). In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract or agreement. The AF will not be obligated to pursue any particular acquisition alternative as a result of this Sources Sought Notice. Responses to the Sources Sought Notice will not be returned. Not responding to this Sources Sought Notice does not preclude participation in any future solicitation, if one is issued. 2. PROGRAM DETAILS The Government seeks to award a 1-year contract to draft the initial scope of the first-ever Nuclear Enterprise Summary Plan (NESP). The Contractor shall be required to: build and/or define the specific style guidelines for Subject Matter Experts to adhere to; collaborate with multiple system program offices and the Air Force Nuclear Weapons Center (AFNWC) staff to attain information on major programs to include program health, program challenges, funding adequacy and associated risk; use pre-existing studies/analyses to further underpin the Nuclear Enterprise (NE) program; coordinate with program offices to attain chapter inputs and controlling quality of inputs for content and format; accomplish independent research providing technical analysis/summation of existing capability assessments; and author and finalize the NESP serving as the Editor-in-Chief. There are four distinct phases to this effort: 1) Phase 1-Project Initiation, 2) Phase 2-Analysis and Writing, 3) Phase 3-Integration and Editing, 4) Phase 4-Finalization and Staffing. The NESP is intended to be a communication tool that details the status of Air Force Nuclear Enterprise programs, issues, challenges, and successes. The NESP will accompany budgetary documents to multiple audiences internal to the Federal Government to include AFNWC, Air Force Mobility Command, Air Force Global Strike Command, Headquarters Air Force, Joint Staff and Congressional stakeholders. This first iteration of the NESP will be the point of departure for future annual iterations. This document will be assembled in a fashion similar to the Department of Energy (DOE)/National Nuclear Security Administration (NNSA) Stockpile Stewardship and Management Plan. It will summarize the materiel history of the USAF NE and the adequacy of the current and planned requirements and resource efforts to meet Nuclear Enterprise requirements as described in multiple independent reviews (e.g. Independent Review of the Department of Defense Nuclear Enterprise, Defense Science Board Permanent Task Force on Nuclear Weapons Surety, etc). The Contractor shall possess the necessary training, qualifications, and security clearances to accomplish all the requirements identified in the draft Statement of Work. Contractor personnel shall possess expert knowledge of the Microsoft Suite of tools (minimum requirements include Outlook, Word, Excel, PowerPoint, SharePoint), Adobe Acrobat, and shall have knowledge and access to DOD NIPRNET and DOD SIPRNET systems. Contractor personnel shall also have a comprehensive understanding of: DOD Requirements Generation; the Planning, Programming, Budgeting and Execution System (PPBES); the DOD Acquisition Process outlined in DOD 5000.2; general knowledge of the Department of Energy (DOE) 6.X Joint Nuclear Weapons Life Cycle Process; and the Joint DOD Nuclear Enterprise with a working knowledge of nuclear-related DOE/National Nuclear Security Administration (NNSA) processes. The tasking performance requires access to classified data. At the time of award, Contractor personnel supporting this requirement shall possess a SECRET/RD/CNWDI clearance in order to have access to classified data. Contractor personnel shall maintain their security clearances throughout the period of performance and shall comply with security requirements per DOD 5200.1-R, AFI 31-401, and the Contract Security Classification Specification (DD Form 254) for this effort. Contractor personnel may be required to sign Non-Disclosure Agreements (NDAs) and/or Associate Contractor Agreements (ACAs) with other companies participating in AFNWC as required. Contractor employees occupying positions requiring security accesses and with the need to know will be cleared to the required level. The Government is contemplating use of a cost contract type. Additionally, there is currently no timeframe for potential RFP release. Approximate start date, assuming a contract is issued, would be 17 Sep 2015. 3. INFORMATION REQUESTED (Please limit submission to 6 pages) 1. Company Information: Name, address, telephone number, point of contact names, e-mail addresses, CAGE code, and business size (for small business include socioeconomic status e.g. 8(a), HUBZone, etc.) 2. The bullets below identify the main concerns of the Government in identifying a business to perform this requirement. Please respond to each one by indicating your capability as well as any similar past performance efforts. • Demonstrate your working knowledge of the USAF Nuclear Enterprise from an Acquisition, Sustainment and Modernization perspective. • Identify your understanding of the Department of Energy (DOE) 6.X Joint Nuclear Weapons Life Cycle Process. • Identify your understanding of DOD 5000.2 acquisition processes as well as your knowledge of the DOD Requirements Generation Process and the DOD Planning, Programming, Budgeting and Execution Process. • Summarize your comprehension of the core challenges within the DOD (USAF Focused) Nuclear Enterprise, referencing Independent Reviews and Studies to substantiate your company's perspective. • Provide a summary of any nuclear related technical or programmatic analysis and reports your company has completed in the last 5 years • Summarize your understanding of the relationship between Department of Defense (DoD), Department of Energy (DOE), and the National Nuclear Security Administration (NNSA) in the Nuclear Enterprise environment. 3. Commentary/recommendations for improving or clarifying draft PWS requirements. 4. Recommendations for use of an alternative NAICS code/GSA Schedule. 5. If small businesses under the identified NAICS code please indicate the approximate percentage of the requirement your firm is able to perform. If a large business, please identify an appropriate percentage, if any, for small business subcontracting opportunities. 6. All questions regarding this sources sought shall be submitted in writing by email to Jennifer Wilterdink, Contracting Officer, at jennifer.wilterdink@us.af.mil. Verbal questions will NOT be accepted. The Government does not guarantee that questions received after 19 June 15 will be answered. 7. Submission Information: Interested sources submission must be clear, concise, complete, and be submitted via e-mail by 4:00 pm MDT on 19 June 15 to Jennifer Wilterdink, Contracting Officer, at jennifer.wilterdink@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/NESP061015/listing.html)
 
Place of Performance
Address: Kirtland Air Force Base, Albuquerque, New Mexico, 87111, United States
Zip Code: 87111
 
Record
SN03759204-W 20150612/150610234833-f3188fc903010b76f3e156256459be60 (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.