SOURCES SOUGHT
R -- Intercontinental Ballistic Missile (ICBM) Lead Project Officer (LPO) Bridge Action
- Notice Date
- 9/29/2020 7:41:27 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- FA9422 AFNWC PZ KIRTLAND AFB NM 87117-0001 USA
- ZIP Code
- 87117-0001
- Solicitation Number
- FA9422-21-R-6002
- Response Due
- 10/14/2020 3:00:00 PM
- Archive Date
- 10/29/2020
- Point of Contact
- Emmanuel Cobian, Phone: 5058464362, Lt. Col. Michael J. Klietz, USAF, Phone: 5058531569
- E-Mail Address
-
emmanuel.cobian@us.af.mil, michael.klietz@us.af.mil
(emmanuel.cobian@us.af.mil, michael.klietz@us.af.mil)
- Description
- Synopsis: �This sources sought synopsis is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Any information submitted by respondents to this sources sought is strictly voluntary. As stipulated in FAR 15.201(e), responses to this notice are NOT considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. Do not submit a quote or proposal in response to this synopsis. The decision to solicit for a contract shall be solely within the Government's discretion. Respondents will not be notified individually of the results of any Government assessments. The Government may use the information obtained from responses to this notice in determining its acquisition approach, but the issuance of this notice does not restrict the Government's acquisition approach. The Government reserves the right to reject, in whole or in part, any input as a result of this notice. Description of Effort: �It is the Air Force Nuclear Weapons Center (AFNWC) intent to award a sole source bridge action for continuing LPO office support services to the current incumbent: Peraton Inc, 12975 Worldgate Drive, Herndon, VA. 20170-6008 as a results of delays with the follow-on Integrated Service Contract 2.0 (ISC 2.0) acquisition. AFNWC intend to use the incumbent�s One Acquisition Solution for Integrated Services (OASIS) Unrestricted Pool 3 contract vehicle. The proposed bridge action has been de-scoped to provide the same services as the current LPO Support task order# FA9422-16-F-8038 for the ICBM LPO office only. The current LPO Support task order will end on 28 February 2021, and an award needs to be placed by 1 March 2021 to avoid a break in services. �Future LPO office support will be provided under the Minuteman III System Program Office's (AFNWC/NM) ISC 2.0. ISC 2.0 will be a full and open competitive award and is currently scheduled to be awarded in April 2022. Therefore, there is an anticipated fourteen (14) months service gap between the end of the current LPO support task order and ISC 2.0. The proposed bridge action will bridge from the end of the current LPO Support task order until ISC 2.0 is awarded. �The proposed bridge action will have an anticipated total period of performance (PoP) of twelve (12) months, with two (2) - six (6) month options, and one - one (1) month transition option. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement, instead of a sole source for this limited performance duration until the follow-on is awarded.� Request for Statement of Capability (SOC): �All interested firms shall submit their SOC to the Contracting POCs listed below NLT 4 PM. MST, 14 October 2020. �The SOC shall be limited to no more than five (5) pages. The cover page does not count within the SOC page limit. All SOCs shall be UNCLASSIFIED. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED and SEGREGATED. � The (SOC) shall contain the following information: a. All contractor employees must possess and maintain a security clearance. �While most of the personnel will only need a Department of Defense (DoD) Secret level clearance, some work will require a limited number of Top Secret level clearances. Please confirm whether your company has the ability to provide qualified and experienced personnel at the Secret, Top Secret personnel, and facility clearance level. b. If applicable, propose a more appropriate NAICS code and/or PSC if you do not agree with the Government�s selection, and explain why your NAICS code and/or PSC is appropriate. c. The majority of work is required to be performed onsite at Kirtland Air Force Base in Albuquerque, NM. However, travel to other DoD installation, and Department of Energy (DoE) facilities will be required. d. If applicable, specify other Government contracts under which this work can be performed. Please include contract number, name and Government POC, including email address and phone number.� e. Provide detail explanation of your capabilities, experience, and/or the ability to obtain expertise pertaining to accomplishing all of the requirement call forth in the attached Performance Work Statement (PWS). Based on Government history, no more than at least three (3) full time equivlant is required. f. The SOC cover page shall include the following: o�� �Company POC, telephone number, and email address o�� �Cage code o�� �Size Status under selected NAICS o�� �Whether the responding organization �is� or �is not� a small business (SB); Historically Underutilized Business Zone SB (HUBZone); Veteran-Owned SB (VOSB); Service-Disabled Veteran-Owned SB (SDVOSB); Small Disadvantaged Business, including 8(a) Certified SB; �Women-Owned SB (WOSB)/Economically Disadvantaged Women-Owned Small Business (EDWOSB); and/or Historically Black College or University 1.�If the Government receives two (2) or more capable HUBZONE small business capabilities statements, the Government will consider a HUBZONE Set-Aside.� 2. Government receives two (2) or more capable Service-Disabled Veteran Owned small business capabilities statements, the Government will consider a Service-Disabled Veteran owned small business Set-Aside. 3. If the Government receives two (2) or more capable Women-Owned small business capabilities statements, the Government will consider a Women-Owned small business Set-Aside. 4. If the Government receives two (2) or more capable Small Disadvantaged business capabilities statements, the Government will consider a Small disadvantaged business Set-Aside. � 5. If the Government does not receive any of items 1-4 above, however receives two (2) or more capable Small Business capabilities statements, the Government will consider a Small Business Set-Aside. Send SOC via email to both: EMMANUEL COBIAN� � � � � � � � � � � � � � � � � � � � � � � � � LT. COL. MICHAEL J. KLIETZ, USAF Contracting Officer� � � � � � � � � � � � � � � � � � � � � � � � � � Deputy LPO Legacy Warheads AFNWC/PZNK� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �AFNWC/NMW emmanuel.cobian@us.af.mil� � � � � � � � � � � � � � � �michael.klietz@us.af.mil Restrictions: AFNWC is authorized to exclude all foreign participation at the prime contractor level for subject procurement. Foreign contractor participation is prohibited at the prime contractor level. U.S.-based offerors must disclose any proposed use of foreign nationals (FNs), their country(ies) of origin, the type of visa or work permit possessed, and the PWS tasks intended for accomplishment by the FN(s). Offerors are advised FNs proposed to perform may be restricted under U.S. Export Control Laws due to the nature of the technical data.� RESTRICTION ON NON-U.S. CITIZENS (i.e., those holding non-U.S. Passports): This topic is �Export-controlled�. The information and materials provided pursuant to or resulting from this topic are restricted under the ITAR, 22 C.F.R. Parts 120 � 130 or the EAR, 15 C.F.R. Parts 710 � 774. Non-U.S. Citizens may perform work under an unclassified award resulting from this topic only if they are designated as a U.S. Person, as defined by 22 CFR � 120.15 or if bidder is able to obtain an export license through the Department of State or Department of Commerce. Non-U.S. Citizens designated as U.S. Persons are not permitted to perform work under a classified award. Non-U.S. citizens will at no time be allowed to work on Air Force installations. The technical information that will have to be provided to contractors could contain classified data and export controlled material. The loss of classified AF technical/military information would constitute an extreme danger to US National Security and would be very useful to an adversary and detrimental to the USAF development of next generation and legacy weapon systems. The Foreign Disclosure Officer (FDO) recommends contracting officers insert the appropriate clauses to alert contractors of their reporting requirements when export controlled information will/may be disclosed to foreign nationals, whether in the U.S. or abroad. 1.�� �Attachment(s): 1.�� �PWS, dated 22 September 2020
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/90660eaeac684454a363ec68f02ec045/view)
- Place of Performance
- Address: Kirtland AFB, NM 87117, USA
- Zip Code: 87117
- Country: USA
- Zip Code: 87117
- Record
- SN05814754-F 20201001/200929230158 (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 |