SOURCES SOUGHT
A -- aDvisory sErvices For rEsearch aNd Development (DEFEND)
- Notice Date
- 2/23/2023 10:22:02 AM
- Notice Type
- Sources Sought
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- FA9453 AFRL RVK KIRTLAND AFB NM 87117 USA
- ZIP Code
- 87117
- Solicitation Number
- FA9453-23-R-A006
- Response Due
- 3/17/2023 4:00:00 PM
- Point of Contact
- Erika Trujillo, Kimerie Smith
- E-Mail Address
-
erika.trujillo.2@spaceforce.mil, kimerie.smith@spaceforce.mil
(erika.trujillo.2@spaceforce.mil, kimerie.smith@spaceforce.mil)
- Description
- SECTION 1 - DISCLAIMER This Request for Information (RFI) is issued for MARKET RESEARCH PURPOSES ONLY to explore professional engineering and technical advisory services to support research and development activities for Nuclear Deterrence Operations (NDO). It is not a Request for Proposal (RFP), Request for Quote (RFQ), Invitation for Bid (IFB), or any obligation on the part of the Government to acquire products or services. Responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Any and all costs associated with responding to this RFI will be solely the respondent's expense and will not be reimbursed by the Government. Information provided by respondents MAY be used by Government in acquisition planning and may eventually be considered in future solicitations. Respondents should not include any proprietary information in their response. DO NOT submit any classified materials. Not responding to this RFI does not preclude participation in any future solicitations. If a solicitation is released, it will be synopsized in the applicable Government wide Point of Entry. It is the responsibility of the potential respondents to monitor these sites for additional information pertaining to this requirement. SECTION 2 - PROGRAM OVERVIEW The Air Force Research Laboratory (AFRL), Space Vehicle directorate (RV), Atomic Long-Range Systems branch (ATLS); AFRL/RVBN, supports nuclear-related S&T and Nuclear Deterrence Operations (NDO) including Strategic Deterrence Ground (SDG); Strategic Deterrence Air (SDA); Nuclear Command, Control and Communication (NC3); and Nuclear Explosion Monitoring (NEM). AFRL is interested in continuing research and development efforts supporting the NDO mission, a posture that aligns with the 2022 National Defense Strategy (NDS). The NDO mission encompasses an array of efforts that includes both modernization of current systems and components as well the development of novel technologies. SECTION 3 � SCOPE OF WORK The scope of this work is to provide professional engineering and technical advisory services for research and development activities supporting NDO. These services shall encompass scientific and technical strategic planning expertise focusing primarily on program planning, acquisition planning and support, concept development & requirements analysis, system design, engineering & integration, and test & evaluation. It shall encompass scientific, technical, and business strategic planning expertise to support organizational policy development and implementation, decision making, and management support. Services may take the form of strategic information, advice, opinions, alternatives, studies, analyses, evaluations, and planning recommendations as necessary to ensure the programs within the ATLS branch 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) (See Attachments), specifically the 1.2.4 Requirements section and 2.0 Scope of Work for more information about the intended work. See also the attached Draft Contract Data Requirements List (CDRLs) (See Attachments). If a subsequent acquisition or a related effort should result, a Cost Plus Fixed Fee (CPFF) type of effort with one (1) base year and four 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 2019), to include Alternates I, II, III, IV, V, & VI and AFFARS Clause 5352.209-9001, ""Potential Organizational Conflict of Interest"" (OCT 2019), to include Alternate I. Security Requirements for the effort will be a current Top Secret/ Clearance and eligibility for Special Compartmentalized Information (TS/SCI), and/or 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. SECTION 4� CAPABILITY STATEMENT A complete response to this RFI shall address all inquiries below with the specific information sought and/or feedback on how the requested requirement might feasibly be obtained. Areas of Inquiry: Company History and Area of Expertise CAGE code, DUNS or UEI, and business size status A brief description of company�s core capabilities and services A brief statement of relevant past experience Identify if a teaming arrangement or sub-contract would be needed to fulfill the requirement Discuss company request process and timeline to provide a ROM List government contract awards or past/present contract awards that met relevant requirements Staffing Strategy and Required Area of Expertise Senior professional engineering and technical advisory consulting services to support research and development activities for NDO listed below (additional details provided in the PWS Attachment). Relevant experience in any of the following: strategic systems operations strategic weapons system research and development strategic system Modeling and Simulation (M&S) strategic communication event detection strategic seismic detection Relevant experience with the program acquisition cycle, the Federal Acquisition Regulation [FAR] series, and meeting organizational contract requirements Current Top Secret clearance and the eligibility for Special Compartmentalized Information (TS/SCI) level clearance and/or Special Access Program (SAP) level clearances if needed. Demonstrate how your company could provide personnel with relevant existing experience and clearances to meet the ATLS Branch professional services requirements or indicate a timeframe for hiring qualified expertise Provide a credible plan outline, or past example of demonstrated capability, to accommodate potential ramp-ups in services provided in the out-years SECTION 5 � RESPONSE SUBMISSION Please submit responses via email to Erika Trujillo at erika.trujillo.2@spaceforce.mil no later than Friday, 03 February 2023, 1200 Mountain Standard Time. Response requirements for this RFI: Capability Statements shall be submitted in Adobe pdf format. Capability Statements shall not exceed six (6) pages, not including cover and administrative pages. All response documents shall be written using 10 point font size or larger. Submitted information shall be unclassified. Proprietary information is not appropriate at this time and shall not be included. To be found capable, potential offerors must clearly demonstrate acceptable corporate capability and/or personnel experience in all areas described above and in the attached draft PWS, Part 5 Specific Tasks, or outline credible plans for obtaining the required expertise.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6358fde0e6064242a99a6c963c287dd2/view)
- Place of Performance
- Address: Albuquerque, NM, USA
- Country: USA
- Country: USA
- Record
- SN06600386-F 20230225/230224211928 (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 |