Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 12, 2020 SAM #6678
SOURCES SOUGHT

R -- ATSSI II Services

Notice Date
3/10/2020 8:44:10 AM
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
FA8224 OL H PZI PZIM HILL AFB UT 84056-5805 USA
 
ZIP Code
84056-5805
 
Solicitation Number
FA8224-19-RFI-ATSSI(II)
 
Response Due
3/20/2020 2:00:00 PM
 
Archive Date
03/30/2021
 
Point of Contact
Emily Mccollaum
 
E-Mail Address
emily.mccollaum.2@us.af.mil
(emily.mccollaum.2@us.af.mil)
 
Description
10 March 2020: INDUSTRAY DAY Q&As Posted - Please submit any additional questions by March 24, 2020 at 3:00 p.m. MDT.� DRAFT RFP UPDATED: The estimated release of the Draft Request for Proposals (RFP) is 20 March 2020.� This date is subject to change. 28 October 2019: INDUSTRY DAY UPDATE� Information for the ATSSI Industry Day has been attached to this FBO posting including the Industry Day Itinerary, Industry Day presentation charts, and a map to the building. One on one meetings are limited to 30 minutes. Please come with technical questions from the draft PWS as opposed to a company history or capability presentation. For the Industry Day tour please wear comfortable, closed toed shoes. There will be some walking between buildings so dress appropriately. No food or drink will be allowed on the tour. INDUSTRY DAY NOTIFICATION Industry Day will be held on October 30-31, 2019.� The tentative schedule is as follows: 30 Oct 19 AM: Introduction, Site Visit, and Q&A Session PM: One-on-Ones 31 Oct 19 AM: One-on-Ones Industry Day participants are capped at two (2) individuals�per company.� Please provide the names (first and last) of individuals attending and where they are traveling from.� The Government will try to reserve�the first day of One-on-Ones�for companies that are flying in for the Industry Day.� If individuals need Base Access, please provide their drivers�license number and�state�it was�issued in.� To ensure a One-on-One session is allotted for you, please identify in your response, your desire for a�session. Maps and Instructions will be provided at a later date. Responses need to be submitted by October 15, 2019 at 8:00 a.m. (MT). If you do not receive an email confirming receipt of your response by 3:00 p.m. (MT) on October 15, 2019, please contact us by phone no later than October 16, 2019 or your company will not be included as attending for the Industry Day. ___________________________________________________________________ A PWS has been added as well as Questions.� Please provide your responses NLT 3 October 2019 at 12:00 PM MDT. An Industry Day is planned for the end of October and more information�will be posted at a later date. UPDATED QUESTIONS: (The government is seeking more clarity to the questions below). 1. Section 3.6.4.1 in the Draft PWS refers to an ""OCI Mitigation Plan"". How would your company comply with this requirement? This example highlights the Government's concern. If Company X is awarded the ATSSI 2 Contract, they will be in a position to research, identify requirements, and suggest solutions to the Government. If Company X develops test equipment that can fulfill the Government's requirements, the perceived OCI would occur, particularly if Company X identifies their own solutions to the problem. Company Y, who offers competitive products to Company X, would then perceive an unfair advantage to Company X in influencing the Government's decisions. Additionally, if Company Y's solution were selected, Company X would be in a position to have access to proprietary information from Company X. a. The two issues that need to be addressed in an answer is: i. How would you mitigate the first situation's perceived OCI? ii. How would you mitigate the second situation's OCI to protect proprietary data? 2. Subcontracting plan: As the ATSSI Prime, there will be many instances of subcontracting work to other companies. How would your company protect the Government from unfair and/or excessive pass-through costs? See Section 3.6.4.2 of the Draft PWS.� Please send responses�to the POC's listed below. �END OF UPDATE_______________________________________________________� �1.��� The Government is seeking potential sources to support a follow-on contract for its AUTOMATED TEST SYSTEM SUSTAINMENT INITIATIVE (ATSSI). BACKGROUND The 309 Maintenance Wing at Hill AFB (309 MXW) has a large volume of Automated Test Systems (ATS) that support end items from several different Original Equipment Manufacturers (OEMs), incorporate ancillary equipment from various vendors in the build/design, and require coordination with multiple OEMs/vendors when such systems are modified, repaired, or replaced. Many of these systems are unique to 309 MXW and as such, have no commercial equivalent. 309 MXW is facing operation, maintenance, performance, and infrastructure support issues for a growing number of computer-based test stations. Many of these systems are obsolete, duplicative, do not properly interface with Units Under Test (UUT), require unique/costly repair solutions, and/or require specialized sustainment in order to remain operable. 309 MXW established the original ATSSI contract to integrate, update, and consolidate ATS, test fixtures, TPS, database repositories, analytical software tools, and network infrastructures. SCOPE The follow-on ATSSI program is referred to as ATSSI II. Under ATSSI II the contractor shall serve as a complete ATS integrator and be fully capable of supporting design, manufacture, validation/verification, delivery, installation, drafting, Technical Order (TO) changes/updates, software, hardware, OEM coordination, System Program Office (SPO) coordination, test program sets, trouble shooting, government data rights concerns, and any other requirements identified throughout the pre-solicitation phase for this program. A draft PWS with additional information will be posted at a later date. Action Please review and respond to the RFI questions below. Your responses are a critical part of the market research process and will aid the Government in determining industry capability and acquisition strategy. RFI QUESTIONS 1. Please provide your Company Name, Cage Code and size under NAICS 541512 2. Please identify any recent & relevant DoD/commercial contracts Capability Survey 1. Describe your company's history with the development & implementation of Test Program Sets (TPSs) for the DoD Standard Families of Testers. 2. Describe your company's experience with developing and implementing documentation for Test Program Sets for (ATS) utilized by the USAF to include standards, format types, and stakeholders involved. Provide examples. 3. Describe your company's experience with developing engineering drawings and submitting them to USAF document repositories. 4. What are your company's configuration control standards or protocols? 5. What is your company's experience working with organizational conflict of interest (OCI) issues? Has your company developed an OCI mitigation plan in the past? 6. What is your company's experience with government data rights requirements and clauses? 7. Does your company maintain close relationships with any major manufacturers or suppliers of widely-used ATS COTS components? a. What is the basis of, or how formal are these relationships? b. How long have these relationships been maintained? c. Provide examples of specific relationships 8. Does your company have the resources available to quickly analyze ATS failures, perform root cause analysis, and repair or quickly subcontract the repair of typical ATS? a. Provide two examples of situations where your company has provided this service 9. Provide a brief overview of your company's capability for developing, maintaining and repairing both software and hardware for ATS and all associated documentation updates. 10. This effort will require purchasing large value (multi-million dollar) equipment, materials and services. In many instances, payment will take months after invoicing. Describe your company's financial capacity to make these purchases and wait until payment is made by the USAF. Progress payments or government financing is not available at this time. 11. Under ATSSI II the contractor will be required to negotiate Task Order/Delivery Order pricing with the Government. Describe your company's experience with and capability to rapidly develop cost proposals, submit cost and pricing data as applicable, and negotiate with the Government Contracting Officer IAW FAR Part 15 requirements. Send responses/questions to the following individuals Sarah Hatch, Contracting Officer sarah.hatch@us.af.mil, 801-777-8407 Bradley Conroy, Contract Specialist bradley.conroy@us.af.mil, 801-775-2381 Emily McCollaum, Contract Specialist emily.mccollaum.2@us.af.mil, 801-586-0647
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ceb9a32bd04a49d3b538b9157cfc9df1/view)
 
Place of Performance
Address: Hill AFB, Hill AFB, UT 84056, USA
Zip Code: 84056
Country: USA
 
Record
SN05584992-F 20200312/200310230201 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.