Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2016 FBO #5399
SPECIAL NOTICE

15 -- Weather System Follow-On – Microwave (WSF-M) Draft Request for Proposal (RFP) - Draft RFP and Bidders' Library Index

Notice Date
9/2/2016
 
Notice Type
Special Notice
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
16-124
 
Point of Contact
Christopher Lee, Phone: (310) 653-4764, Nicole Hartig, Phone: (310) 653-9582
 
E-Mail Address
christopher.lee.44@us.af.mil, nicole.hartig.2@us.af.mil
(christopher.lee.44@us.af.mil, nicole.hartig.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Comment Resolution Matrix (CRM) WSF-M Bidders' Library WSF-M Draft RFP This Special Notice seeks industry comments on the attached Draft Request for Proposal (Draft RFP) for the potential Government acquisition of the Weather System Follow-on - Microwave (WSF-M) system. The WSF-M acquisition is expected to result in a predominately Firm-Fixed-Price (FFP) contract. The contractor will be selected using full-and-open competitive procedures. The WSF-M contract will require development of a microwave sensor, integration of sensor and space vehicle, development of mission data processing software, integration with existing ground infrastructure, and post-launch operational support. The Government seeks comments from interested vendors capable of meeting the requirements described in the Draft RFP as the prime contractor. The Space and Missile Systems Center Remote Sensing Systems Directorate (SMC/RS) intends to release the WSF-M RFP in 1QFY17 and award the WSF-M contract by the end of FY17. The following Draft RFP sections are posted here for industry review and comment: Contract Sections A-I: CLIN Structure, Delivery Requirements, Clauses Contract Section J: Exhibits and Attachments Exhibits A-F: Contract Data Requirements List (CDRL) Attachment 1: Technical Requirements Document (TRD) Attachment 2: Statement of Work (SOW) Attachment 3: Compliance Document List (CDL) Attachment 4: Contract Security Classification Specification (DD254) Attachment 5: Government Furnished Equipment (GFE) Attachment 6: External Dependencies Attachment 8: Data Rights Assertions Attachment 9: Work Breakdown Structure (WBS) Attachment 10: Special Studies Attachment 11: Section L Instructions and Section M Evaluation Factors Contract Section K: Representations, Certifications and Other Statements of Offerors While the Government seeks comments on the entire Draft RFP, industry input is sought in particular on the following Draft RFP sections: 1. Contract Section B: The Government seeks industry comment on the CLIN structure, option CLIN exercise dates, CLIN periods of performance, and any particular risk areas that would make it difficult to propose CLINs 0003 and 0004 as fixed-price CLINs. 2. Contract Section J, Exhibits A-F, Contract Data Requirements List (CDRL): The Government seeks industry comment on the cost reporting CDRLs, rough estimates of contractor costs to comply with the cost reporting CDRLs, and suggested edits to the cost reporting CDRLs to realize cost savings. 3. Contract Section J, Attachment 2, Statement of Work: The Government seeks SOW redlines, comments, suggestions, and questions. 4. Contract Section J, Attachment 3, Compliance Document List: The Government seeks industry comment on Government specifications and standards ("specs/standards") contained in the CDL that will drive excessive program costs. After noting a cost-driving spec/standard, please submit the full text of an alternative spec/standard, provide a summary of the significant deviation between the Government spec/standard and the alternative spec/standard, and explain how the proposed alternative spec/standard is sufficient to replace the Government spec/standard. The Government intends to evaluate the existing alternatives to Government specs/standards and may eliminate specs/standards from the final CDL if the Government spec/standard drives excessive cost and has adequate commercial replacements. Please note that this Draft RFP is industry's opportunity to offer alternative specs/standards to be considered for inclusion in the WSF-M acquisition. The final RFP will not allow further tailoring of the CDL. 5. Contract Section J, Attachment 8, Data Rights Assertions: The Government seeks comment on any software items that the offeror would propose delivering with Restricted rights. 6. Contract Section J, Attachment 11, Section L Instructions: The Government seeks comment on the Technical Volume preparation instructions. 7. Contract Section J, Attachment 11, Section M Evaluation Factors: The Government seeks comment on the Technical Capability and Technical Risk evaluation criteria. 8. Identification of risk or concerns driven by the requirement to integrate into Multi-Mission Satellite Operations Center (MMSOC 2.1) / Enterprise Ground System (EGS). In addition, the Government has established a Bidder's Library containing information and data from prior and similar microwave sensor programs. For access to the Bidder's Library, please contact the contracting officer Mr. Christopher Lee at christopher.lee.44@us.af.mil. Please use the attached Comment Resolution Matrix (CRM) for consolidated comment submission. This Special Notice is issued solely for informational and planning purposes. It does not constitute a solicitation or a promise to issue a solicitation in the future. Industry comments from small business and small, disadvantaged business firms are highly encouraged. A responding firm should indicate if it is a small business, a socially and economically disadvantaged business, an 8(a) firm, a historically black college or university, or a minority institution. The applicable North American Industry Classification System (NAICS) code is 336414. The small business size standard is 1,250 employees or less. Participating in the comment review and resolution process will be the following non-Government Federal Funded Research and Development Center (FFRDC), Systems Engineering and Integration (SE&I) and Systems Engineering and Technical Assistance (SETA) contractor support: Aerospace Corporation, TASC, Tecolote, Figueroa and Associates. Comments and feedback are being sought with a suspense date of 16 Sep 2016 at 5:00 p.m. (PST). All CRMs shall be submitted to the contracting officer. The Government intends to schedule follow-up one-on-one meetings with interested vendors to discuss comments submitted in their CRMs, and to answer any additional questions interested vendors may have on the WSF-M acquisition. Please contact the Contracting Officer to schedule a one-on-one meeting.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/16-124/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN04253815-W 20160904/160902234902-04bdc0b3f4e4978a2bd30fb0189b951f (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.