SOURCES SOUGHT
18 -- Professional Engineering SSLT-2 Services for the Air Force Research Laboratory Battlespace Environment Division - RFI-AFRL-RVBY-FY19-02 SSLT-2 Final 20182708
- Notice Date
- 8/27/2018
- Notice Type
- Sources Sought
- 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 Materiel Command, AFRL/RVKV - Kirtland AFB, 3550 Aberdeen Ave SE, Kirtland AFB, New Mexico, 87117, United States
- ZIP Code
- 87117
- Solicitation Number
- RFI-AFRL-RVBY-FY19-02
- Point of Contact
- Francis M. Eggert, Phone: 505-846-7603, Alexandria Holman, Phone: 505-846-5011
- E-Mail Address
-
Francis.Eggert@us.af.mil, Alexandria.Holman@us.af.mil
(Francis.Eggert@us.af.mil, Alexandria.Holman@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 3, Past Performance Worksheet Attachment 2, CDRLs for Professional Engineering Services for AFRLRVB SSLT-2 Attachment 1, PWS for Professional Engineering Services for AFRLRVB SSLT-2 RFI-AFRL-RVBY-FY19-02 SSLT-2 Final 20182708 Professional Engineering Services for the Air Force Research Laboratory Battlespace Environment Division (AFRL/RVB) Reference: SSLT-2 REQUEST FOR INFORMATION RFI-AFRL-RVBY-FY19-02 THIS ANNOUNCEMENT IS A REQUEST FOR INFORMATION (RFI). This is not a Request for Proposal (RFP), Request for Quotation (RFQ) or an Invitation for Bid (IFB). This notice is not to be construed as a commitment, implied or otherwise by the Government, to issue a solicitation or ultimately award a contract. Information received as a result of this notice will be considered as market research and used for planning purposes only. Any costs incurred as a result of this announcement shall be borne by the responder and will not be charged to the Government for reimbursement. Response to this announcement is strictly voluntary. The Government reserves the right to reject with impunity in whole or in part any input received as a result of this announcement. The Air Force Research Laboratory Battlespace Environment Division (AFRL/RVB) supports critical functions in the Space Communications, Positioning, Navigation, and Timing (SCPNT) mission area through the Strategic Atomic Navigation and Device Systems (SANDS) Program. Critical functions in the Nuclear Deterrence Operations (NDO) mission area are met by the Atomic Long-range Systems (ATLS) Branch. These mission areas are maintained by staff with expertise in the areas of quantum navigation technologies, strategic grade inertial navigation, atomic clocks, laser systems, radiation hardening, performance estimation/modeling, and Radio Frequency (RF) navigation. Major technology development vectors include inertial sensors, guidance, navigation, frequency standards and atom interferometry. The scope of this work shall encompass professional services encompassing scientific, technical, organizational development, and business strategic planning expertise to support organizational policy development and implementation advice, decision making, management and consulting support services for research and development activities, and provide professional engineering and technical advisory and consulting services for research and development efforts. These services may take the form of but are not limited to strategic information, advice, opinions, alternatives, studies, analyses, evaluations, and planning recommendations as necessary to ensure the programs within RVB can continue to develop high performance technology options, with the sustained reliability to meet warfighter requirements. The contractor is required to provide a depth of expertise and experience while advising and assisting the AFRL government team as necessary. Please see the attached Draft Performance Work Statement (PWS) (Attachment 1 to this RFI) and the attached Draft Contract Data Requirements List (CDRLs) (Attachment 2 to this RFI) for more information about this intended work. If a subsequent acquisition or a related effort should result, a Firm-Fixed-Price (FFP) type effort with one (1) base year and four (4) option years is anticipated. It is expected that a successful offeror will have access to or will generate data that is unclassified and/or classified with limited distribution and/or subject to U.S. Export Control laws reference DFARS Clause 252.204-7008, "Export-Controlled Items." This requires certification with the Defense Logistics Agency (DLA) located at: http://www.dla.mil/HQ/InformationOperations/Offers/Products/LogisticsApplications/JCP.aspx. Additionally, an organizational conflict of interest clause will be incorporated within any resultant contract, reference AFFARS Clause 5352.209-9000, "Organizational Conflict of Interest" (OCT 2010), to include Alternates I, II, III, IV, & VI, and AFFARS Clause 5352.209-9001, "Potential Organizational Conflict of Interest" (OCT 2010). Security Requirements for the effort would be to have a current Top Secret/Special Compartmentalized Information (TS/SCI), and must be eligible for a Special Access Program (SAP) level clearances if needed. System for Award Management (SAM) registration is mandatory (www.sam.gov) for any possible subsequent acquisition that may result. FOREIGN OWNED FIRMS AND FOREIGN NATIONALS ARE NOT ALLOWED TO PARTICIPATE AT ANY LEVEL AND/OR TIER INVOLVING THIS NOTICE OR ANY POSSIBLE SUBSEQUENT ACQUISITION THAT MAY RESULT. Respondents MUST qualify as a small business under the North American Industry Classification System (NAICS) code 541715, Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology). The size standard for NAICS 541715 is 1,000 employees. Note: Effective October 2017, NAICS 541715 is the successor to 541712. Companies that certify to 541712 are encouraged to respond to this RFI as well. RESPONSE REQUIREMENTS Small businesses responding to this announcement shall, at a minimum, provide the following information: (1) Capability Statement - see under the CAPABILITY STATEMENT header below (2) Company CAGE Code (3) Identify Any Small Business Status - 8(a), HUBZone, Service Disabled Veteran Owned Small Business, woman-owned, etc. (4) Company Business Point of Contact, to include the name, phone number, and e-mail address of that individual (5) Completed Past Performance Worksheet - This item is NOT a requirement, but respondents are encouraged to provide the completed form, if applicable. The Government wishes to receive information on past (within the last five (5) years) or current contracts. Please prepare one (1) form per each relevant contract. See Attachment 3 to this RFI for more information. CAPABILITY STATEMENT In order for the Government to determine if subsequent acquisitions can be set aside for small business, Capability Statements submitted in response to this RFI shall contain pertinent and specific information addressing areas 1 - 4 below: 1) How would your company plan to provide relevant experience and clearance requirements for the SANDS program Analyst Positions? To include: a. A minimum of 12 years relevant experience involving quantum technology development; Space Communications, Positioning, Navigation, and Timing (SCPNT); b. Relevant experience with the program acquisition cycle, the Federal Acquisition Regulation (FAR)series, and overall organization, direction, and contract requirements; c. A current Top Secret/Special Compartmentalized Information (TS/SCI) level clearance. (NOTE: Should there be a subsequent acquisition only an offeror capable of getting access to a facility cleared to the Top Secret level and who has sufficient Top Secret cleared and qualified personnel will receive an award.) 2) How would your company plan to provide relevant experience and clearance requirements for the ATLS Branch Analyst Positions? To include: a. A minimum of 12 years relevant experience involving strategic weapons system research and development, Nuclear Deterrence Operations (NDO), and/or the nuclear community; b. Relevant experience with the program acquisition cycle, the Federal Acquisition Regulation [FAR] series, and overall organization, direction, and contract requirements; c. A current Top Secret/Special Compartmentalized Information (TS/SCI) level clearance and eligibility for Special Access Program (SAP) level clearances if needed. (NOTE: Should there be a subsequent acquisition only an offeror capable of getting access to a facility cleared to the Top Secret level and who has sufficient Top Secret cleared and qualified personnel will receive an award.) 3) How would your company plan to accommodate potential ramp-ups in provided services in out-years? 4) At a high level, how would your company plan to address organizational conflicts of interest relating to the development of proprietary or source selection information?   RESPONSE SUBMISSION Response packages must be received no later than Tuesday, 26 September 2018, 5:00PM Mountain Time. Responses should be submitted to alexandria.holman@us.af.mil and francis.eggert@us.af.mil. Responders are encouraged to submit files through the U.S. Army Aviation and Missile Research Development and Engineering Center's (AMRDEC's) Safe Access File Exchange (SAFE): (https://safe.amrdec.army.mil/safe/Welcome.aspx). Capability Statements shall be submitted in either Microsoft Word or Adobe pdf format. Capability Statements shall not exceed two (2) pages, not including cover and administrative pages and resumes. Resumes shall not exceed 2 pages per person. All response documents shall be written using 10 point font size or larger. Submitted information shall be unclassified. Proprietary information shall be marked as such on a page by page basis. Written responses or dialog with respondents clearly indicated as competition-sensitive or proprietary shall be handled appropriately. The subject line of e-mailed submissions should read as follows: [Insert Company Name], RFI-AFRL-RVBY-FY19-02. If submitting by AMRDEC, please insert the following in the "Description of File(s)" box: [Insert Company Name], RFI-AFRL-RVBY-FY19-02. Any responses received after the specified date and time will not be considered. Any responses received not addressing all of the above requirements will be considered not capable and rejected. To be found capable, potential offerors must clearly demonstrate acceptable corporate capability and/or personnel experience in all areas described above or outline credible plans for the subcontracting of areas in which in-house capability is limited or nonexistent. Refer contracting questions and concerns to: Primary: Alexandria Holman, phone: (505) 846-5011 or email: alexandria.holman@us.af.mil Alternate: Francis Eggert, email francis.eggert@us.af.mil Refer technical questions and concerns to: Primary: Lt Shalyndria Finley, phone: (505) 846-4539 or email: shalyndria.finley.1@us.af.mil Alternate: Gretchen Phelps, email gretchen.phelps.1@us.af.mil 3 Attachments: 1) Draft Performance Work Statement 2) Draft Contract Data Requirements List 3) Past Performance Worksheet
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLPLSVD/RFI-AFRL-RVBY-FY19-02/listing.html)
- Place of Performance
- Address: AFRL/RVB, 3550 Aberdeen Ave, Bldg 570, Kirtland Air Force Base, NM 87117, Kirtland AFB, New Mexico, 87117, United States
- Zip Code: 87117
- Zip Code: 87117
- Record
- SN05057006-W 20180829/180827230900-416927af2caa62ecc1197081fd0980e5 (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 |