MODIFICATION
A -- Engineering, Development, Integration, and Sustainment (EDIS) Draft RFP (formerly FA8818-16-R-0023) - EDIS Draft RFP
- Notice Date
- 1/9/2018
- Notice Type
- Modification/Amendment
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- 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
- FA8818-17-R-0021
- Archive Date
- 6/8/2017
- Point of Contact
- Jessica L. Oster, Phone: 505-846-9318, Kim Sosinski, Phone: 505-846-5084
- E-Mail Address
-
jessica.oster@us.af.mil, kim.sosinski@us.af.mil
(jessica.oster@us.af.mil, kim.sosinski@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- ***Update Draft RFP*** This special notice is to provide a DRAFT Request for Proposal (RFP) for the Engineering, Development, Integration and Sustainment (EDIS) contract. The Space and Missile Systems Center (SMC), Advanced Systems and Development Directorate (AD), Kirtland Air Force Base, New Mexico intends to release a solicitation for a competitive Cost-Reimbursable (CR) with Cost-Plus-Award-Fee (CPAF), Firm-Fixed-Price (FFP), and Cost CLINs contract to obtain engineering, development, integration, and sustainment services for SMC/AD. The required services are described in the draft RFP. This special notice is for planning purposes only and does not commit the Government to any contractual agreement. The Government will not award a contract based upon vendor responses to this announcement. The Government does not assume any costs associated with obtaining the draft solicitation documents or industry responses to the draft solicitation documents. Background: A Sources Sought Synopsis (SSS) was published February 2015 that was to determine the availability of qualified sources for the Engineering, Development, and Sustainment 2016-2006 (EDS2016 - EDS06) follow on acquisition. In August 2015, an Industry Day was held to inform the community of the follow-on contract scope and to assess community interest. During the Industry Day, the Government informed industry of the Space Enterprise Vision (SEV) and Enterprise Ground Services (EGS) requirements which would, most likely, impact the Engineering, Development, and Sustainment 2016 (EDS16) acquisition. In January 2016, a Request for Information (RFI) was released, removing the development of Mission Unique Software (MUS), Applications and Services requirement and expanded the scope in support of the Space Enterprise Vision (SEV) and Enterprise Ground Services (EGS) requirements. The Engineering, Development, and Sustainment 2016 (EDS 2016) acquisition was renamed to Engineering, Development, Sustainment and Integration (EDIS) to reflect the new scope. In May 2017, an Industry Day was held on 09 and 10 May 2017 to inform interested offerors of the development of the EDIS requirement. Specifically, the Government discussed the following: 1) Award Fee structure and evaluation criteria 2) Organizational Conflict of Interest (OCI) provisions 3) Small Business Participation requirements 4) How to contract for Firm-Fixed Price (FFP) sustainment given an evolving baseline In August 2017, an electronic Bidders Library was established on FedBizOpps to provide interested offerors with relevant EDIS documents to assist with proposal preparation. Based on the initial Government OCI analysis of this acquisition, there is a potential appearance of unequal access, biased ground rules, and impaired objectivity for prime contractors on the following contracts/efforts to be the prospective prime on EDIS: 1) Space Test and Engineering Contract (STEC) 2) Management Operations, Enterprise Architecting, Test & Validation, Integration and Systems Engineering (METIS) 3) Mission Unique Software (MUS), Applications, Services Developers 4) Major Weapon System Developers Offerors may provide OCI plans prior to final RFP release. The PCO intends to provide feedback prior to final RFP release on any OCI plans that are submitted no later than 3pm, Mountain Time Zone, on 26 January 2018, to the address above. To enable the PCO to provide meaningful feedback, these early submittals shall be delivered in accordance with the instructions in L.6.3.5. In accordance with FAR Part 15.201, Exchanges with Industry before Receipt of Proposals, the Space and Missile Systems Center (SMC) Advanced Systems and Development Directorate (AD) is pleased to provide copies of the draft RFP for the EDIS program. This draft RFP is provided to assist prospective offerors in the planning and development of proposals for future submission pending release of the final version. The information in this draft pre-solicitation is subject to change prior to release of the final RFP. The final RFP is scheduled to be released in Spring 2018. The North American Industry Classification System (NAICS) Code is 541715 and size standard is 1,250 employees. It is the responsibility of the prospective contractor to be familiar with the applicable clauses and provisions. Most of the SMC compliance documents can be located at Everyspec.com. The EDIS team is encouraging industry input, comments, and questions from all interested companies. The purpose of exchanging information is to identify and resolve concerns regarding the acquisition and to improve the understanding of Government requirements and industry capabilities, thereby allowing potential offerors to judge whether or how they can satisfy the Government's requirements, and enhancing the Government's ability to obtain quality supplies and services at reasonable prices, and increase efficiency in proposal preparation, proposal evaluation, negotiation, and contract award. The government intends to post all questions/comments with answers on FedBizOpps, unless the questions/comments are marked company proprietary. Please limit the proprietary questions/comments as much as possible. The EDIS team is interested in industry comments and feedback in the following key areas: 1) Request feedback on Unlimited Government Data Rights and request low, medium, or high impact on anticipated cost per CDRL listed in Attachment 9 of the solicitation. 2) Request feedback on Performance Work Statement (PWS) structure in relation to overall structure, format, ease of use/ understanding the Work Breakdown Structure (WBS) for consistency in proposing the WBS for individual task orders. 3) Request feedback on Cybersecurity PWS task order in regards to completeness and understanding the requirement in relation to all task orders. 4) Request feedback with respect to completeness, clarity, and understanding on the Award Fee Plan. 5) Does the contractor anticipate proposing more than $15K in material per task order? 6) Request feedback regarding appropriateness, adequacy, and sufficiency on documents currently provided in the Bidders' Library. Please provide your inputs, comments, and questions regarding the draft RFP in one concise document to the following inbox: kim.sosinski@us.af.mil or Jessica.oster@us.af.mil no later than 31 January 2018. Vendors must be registered in System for Award Management (SAM) prior to the award of any contract. You may register at www.sam.gov. This pre-solicitation notice is for planning purposes only and does not commit the Government to any contractual agreement. The Government will not award a contract based upon vendor responses to this announcement. The Government does not assume any costs associated with obtaining the draft solicitation documents or industry responses to the draft solicitation documents.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8818-17-R-0021/listing.html)
- Place of Performance
- Address: Kirtland Air Force Base, New Mexico, United States
- Record
- SN04784440-W 20180111/180109230848-76186d8bcc8fd96301840f0e96d80991 (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 |