SOURCES SOUGHT
99 -- Laboratory Demonstration Support
- Notice Date
- 3/13/2020 11:58:48 AM
- Notice Type
- Sources Sought
- Contracting Office
- FA8650 USAF AFMC AFRL PZL RAK RXK WRIGHT PATTERSON AFB OH 45433-7541 USA
- ZIP Code
- 45433-7541
- Solicitation Number
- RFI-AFRL-PZLEA-2020-0001
- Response Due
- 3/27/2020 12:00:00 PM
- Archive Date
- 04/11/2020
- Point of Contact
- Justice Smith, Phone: 3127139838, Sarah McCabe, Phone: 9377139879
- E-Mail Address
-
justice.smith@us.af.mil, sarah.mccabe.4@us.af.mil
(justice.smith@us.af.mil, sarah.mccabe.4@us.af.mil)
- Description
- RFI-AFRL-PZLE-2020-0001 Laboratory Demonstration Support Request for Information (RFI) Contracting Office Address Department of the Air Force, Air Force Research Laboratory (AFRL) � Wright Research Site, AFRL/PZLEA, Area B, Bldg.� 45, 2130 Eighth Street, Wright-Patterson AFB, OH, 45433-7541 General Information This is a Request for Information (RFI) only, as defined in FAR 15.201 (e), to obtain information about capabilities and other market information for planning purposes.� This RFI is not a request for competitive proposals; therefore, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract.� Responses should include information identifying whether the responder�s firm is a small or large business.� Companies that respond will not be paid for the information submitted.� No telephone calls will be accepted regarding a bid package or solicitation.� All information received shall be safeguarded from unauthorized disclosure. �Please do not submit any classified information. Background Information Since 1987, several high-level studies have been conducted to assess the performance and value of governmental laboratories, including those in the Department of Defense (DoD).� The FY95 National Defense Authorization Act authorized the DoD to carry out personnel demonstration projects at DoD science and technology reinvention laboratories.� The Laboratory Personnel Demonstration Project (Lab Demo) authority provides waivers to a number of Title 5 civil service system rules and regulations allowing DoD laboratories to implement and test several initiatives, such as simplified job classification, broadbanding, contribution-based compensation systems (CCS), pay setting, extended probationary periods, extended details and temporary promotions, etc.� By freeing lab managers from some of the rigid Title 5 civil service system rules and regulations, the DoD labs can better attract and retain top talent who can help the U.S. military maintain technological superiority in spite of budget and possible manpower constraints.� The Air Force Research Laboratory (AFRL) was the first to implement a Demo (the Army and Navy Labs also have a number of Demos).� For the first 13 years of the AFRL Lab Demo, the AFRL scientists and engineers were the only workforce included.� In 2010, the AFRL Lab Demo was expanded to include the business management and professionals, technical, and mission support personnel and now includes over 3,000 personnel. This contemplated contract shall serve as a vehicle to provide qualified professional support for AFRL at all locations supported by this Command, which include Wright-Patterson AFB, Ohio; Eglin AFB, Florida; Rome, New York; Edwards AFB, California; Kirtland AFB, New Mexico; and multiple geographically-separated units.� The effort includes non-personal professional services, to include Advisory and Assistance Services (A&AS).� In rendering these services, outputs may take the form of information, advice, opinions, alternatives, analyses, evaluations, recommendations, reports, training, and/or service to complement the Government�s technical expertise in accomplishing its mission.� The contractor shall recruit, qualify, train, place, manage, and retain personnel to perform support as prescribed in the Performance Work Statement (PWS). The NAICS code for this potential effort is 541511 and 541611.� The acquisition strategy has not yet been determined.� Market research results will assist the Air Force in determining whether this requirement will be a full and open or a small business set-aside acquisition.� The anticipated program ceiling for this acquisition is $5.1M.� Registration in the System for Award Management (SAM) will be mandatory for this contract; see the SAM website at www.sam.gov. Program Information and Information Requested This acquisition will address the mission requirements as outlined in the draft PWS for the AFRL Lab Demo Project, dated 18 December 2019 (Attachment 1).� All interested parties shall submit a capabilities package, following the capabilities package instructions (Attachment 2), which demonstrates capabilities and expertise related to this effort.� Foreign contractor participation is not permitted. Disclaimer There is no guarantee that any submission in response to this RFI will result in a Government program.� This RFI is issued solely for information and planning purposes and does not constitute a solicitation. Responders to this RFI will have no competitive advantage in receiving any awards related to the submitted topic area.� The information submitted in response to this RFI may be used to help the Government further define its requirements.� If the Government develops a program that addresses any submitted or similar topic, the resulting procurement will address technology and business specific requirements as defined by the Government to achieve the required objectives. Required Responses Responses to this RFI are limited to 10 pages with one-inch margins using standard letter-size 8 �� x 11� paper.� The page count includes any title page.� Font must be 10-point or larger. Multiple responses from a firm are acceptable.� Marketing information is NOT acceptable in the response.� Endorsements from elected officials at the federal, state, and/or local levels are NOT acceptable in the response. Request for Clarification A responder may request clarification, in writing, from the Contracting Office for any aspect of this RFI that is unclear, by sending an email to: Justice Smith, justice.smith@us.af.mil or Sarah McCabe, sarah.mccabe.4@us.af.mil� Any requests for clarification must be received no later than seven (7) business days prior to the close of the RFI in order to receive a timely response. Submission of Documentation Responses to the RFI are due to the Contracting Office identified below by 3:00 PM Local Time, 27 March 2020.� Responders shall provide one (1) electronic copy of their response in a searchable .pdf format via email.� The information shall be submitted as UNCLASSIFIED.� If proprietary information is included in your response, please mark it as such.� All information received in response to this RFI that is marked as proprietary will be handled accordingly.� IF APPLICABLE, clearly indicate the appropriate distribution statement (B, C, D, etc.), For Official Use Only (FOUO), or ITAR-restricted.� Please do not submit pricing information in response to this RFI.� Documentation shall be delivered to Mr. Justice Smith or Ms. Sarah McCabe via email at justice.smith@us.af.mil or sarah.mccabe.4@us.af.mil. Additional Information All responsible sources may submit information that shall be considered by the agency.� If late information is received, it may be considered, depending on agency time constraints.� All routine communications regarding the announcement should be directed to the contractual point of contact listed above.� The Government may or may not use any responses to this RFI as a basis for a subsequent project.� Any projects developed from the RFI responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be posted in beta.SAM.gov.� Responses to this RFI will not be returned.� The Government is under no obligation to acknowledge receipt of the information received, or provide feedback to the respondents with respect to any of the information submitted under this RFI.� No requests for a bid package or solicitation will be accepted; a bid package or solicitation does not exist at this time.� In order to protect the integrity of any possible future acquisition, no additional information will be provided and no appointments for presentations will be made in reference to this RFI. Support Contractors: Only government employees will review submitted capability statements.� Offerors are advised that employees of commercial firms under contract to the Government may be used to administratively process submissions and perform other administrative duties requiring access to other contractors� proprietary information.� These support contractors include nondisclosure agreements prohibiting their contractor employees from disclosing any information submitted by other contractors or using such information for any purpose other than that for which it was furnished. Submission Checklist Maximum 10 pages, including any title page 8 �� x 11� paper One inch margins At least 10-point font Unclassified IF APPLICABLE, clearly indicate the appropriate distribution statement (B, C, D, etc.), For Official Use Only (FOUO), or ITAR-restricted No marketing information, commercial documentation, or product literature No endorsements from elected officials at the federal, state, and/or local level Submitted in a searchable .pdf via email Due date 3:00 PM Local Time, 27 March 2020
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/925e3cd0fcee416eae7b43a7ae23c80e/view)
- Record
- SN05588962-F 20200315/200313230145 (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 |