Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 03, 2023 SAM #7858
SOLICITATION NOTICE

R -- Contractor Support Services and Studies and Analysis (S&A) for Global Positioning System (GPS) User Equipment (UE), and Positioning, Navigation, and Timing (PNT) Programs

Notice Date
6/1/2023 7:49:19 AM
 
Notice Type
Presolicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
FA8576 AFLCMC WNKF ROBINS AFB GA 31098 USA
 
ZIP Code
31098
 
Solicitation Number
FA8576-23-R-Support
 
Response Due
7/3/2023 2:30:00 PM
 
Archive Date
07/18/2023
 
Point of Contact
Todd Rissmiller, Leslie A. Knight
 
E-Mail Address
todd.rissmiller@us.af.mil, leslie.knight.9@us.af.mil
(todd.rissmiller@us.af.mil, leslie.knight.9@us.af.mil)
 
Description
This Request for Information (RFI) is issued by the Air Force Position, Navigation, and Timing Program Office (PNT PO). The PNT PO is seeking potential sources to provide subject matter expert consulting services for development of PNT capabilities, for surge support providing technical advice and deliverables in support of our and other DoD PNT organization�s portfolio of programs, projects, and activities and to provide core, on-site, full-time, A&AS resources.� The support will span all phases of the acquisition lifecycle and address urgent acquisition challenges as required. The PNT PO requires subject matter expert consulting services for surge support for all phases of the acquisition lifecycle framework.� The contractor will perform contracting and acquisition studies, analyses, documentation preparation and review, assessments, cost analyses (including trade studies), and comparative logistics/cost trade-offs of specific problems or areas of emphasis.� In-person team support will be executed primarily in the vicinity of Robins AFB, GA and Wright-Patterson AFB, OH.� However, surge support tasks will be for other DoD PNT organizations located around the continental United States.� Other sites will be required on an as directed basis or may be permitted on an as requested basis.� In addition, the contract will provide an estimated amount of ODC�s for travel and materials incidental to the performance of the services to be performed. The PWS provided is a DRAFT only and will be reviewed for compliance with FAR 7.503(e) and DFARS Subpart 207.503(e). This is a RFI announcement to determine the availability and technical capability of businesses to provide the required services.� This notice is being published with the intent to conduct market research and potentially promote competition. The North American Industry Classification Systems (NAICS) Code identified for this requirement is 541611, Administrative Management and General Management Consulting Services.� Various Product Service Codes apply to the tasking with the following being the primary: R408-Support � Professional:� Program Management/Support R707-Support � Management:� Contract/Procurement/Acquisition Support This RFI Notice is not a Request for Proposals (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract.� Responses will not be considered as proposals and no award will be made as a result of this notice.� The Government is not obligated to and will not pay for information received in response to this notice.� Sources choosing to respond to this notice are wholly responsible for any costs/expenses associated with submitting a response.� Respondents will not be notified of the results of this RFI notice.� The information obtained from submitted responses may be used in development of an acquisition strategy and potential future solicitation.� When/if the Government issues an RFP, interested parties will be expected to thoroughly address the requirements thereof regardless of the circumstances surrounding this RFI. REQUIRED CAPABILITIES STATEMENT The ORGANIZATION is considering a Time and Materials (T&M) contract with a one (1) -year base and four (4) option years.��� In response to this notification the Government requests the following information from qualified, interested vendors: Provide a written 11-page capability statement that demonstrates the companies� ability to successfully perform the required consulting services. Include Company Name, mailing address, email address, telephone/FAX numbers, website address (if available) and Point of Contact of individual who has the authority and knowledge to clarify responses with Government representative. Identify your business size for NAICS Code 541611. Include UEI, CAGE Code, Tax Identification Number, and company structure. Does your company have an approved accounting system that has been determined adequate by DCAA or another federal agency? Does your company hold a current facility clearance? If so, please provide the date of expiration and location, if applicable. Identify specific past performance that demonstrate the company�s ability to fulfill services. Identify specific past performance that demonstrates the company�s ability to fulfill consulting surge services at the Top Secret/Secure Compartmental Information level, including the number of Full Time Equivalents (FTEs) for each example. Identify any Federal Supply Schedule (FSS) contracts or other government wide ordering vehicles for A&AS type services the company has or currently holds. Provide examples to demonstrate how the company has supported PNT development work for organizations other than the U.S. Air Force. Provide examples of how the company has helped a customer establish an International Cooperative Program. Provide names and qualifications of personnel within the company who may be considered world renowned experts in the field of Position, Navigation, and Timing. How will your company protect U.S. DoD PNT information using government and company networks? Provide examples how your company has coordinated planning and development efforts amongst U.S. DoD organizations. Scope (from PWS): The contractor shall provide episodic surge support services delivering highly experienced Subject Matter Experts (SME) support from a broad set of functional expertise and, specifically, Position, Navigation, and Timing expertise supporting PNT PO and other DoD programs. This episodic surge support shall be highly responsive to urgent taskings for individual and small team support within 1-10 business days of notification. The contractor shall respond to short-term program taskings, senior leader taskings, and to surge requests from a wide-range of acquisition skill sets over a short term (1 week to 3 months) or longer term (6-12 months). This surge or rapid response requires unique SME skill sets and on-call availability outside of the PNT PO core, on-site, full-time, A&AS resources. The services will be performed in a combination of highly classified environments such as Special Access Program (SAP) environments, Sensitive Compartmented Information (SCI) environments and Department of Defense (DoD)/Intelligence Community (IC) environments. The contractor shall provide episodic surge support of SMEs in the following disciplines: Position, Navigation, and Timing Acquisition Program Management Procurement/Contracting Systems Engineering Logistics Management Cost Estimating Financial Management Pricing Evaluation Support Environmental Impact Studies/Basing Decisions Operational Research Studies and Analysis Organization Design, Theory, and Assessment Operational Requirements Analysis Program Control metrics and processes Earned Value Management and Master Scheduling Cybersecurity International cooperation (U) The contractor shall perform contracting and acquisition studies, analyses, documentation preparation and review, assessments, cost analyses (including trade studies and pricing), and comparative logistics/cost trade-offs of specific problems or areas of emphasis. These efforts shall address contracting and business activities associated with the entire acquisition lifecycle framework. (U) The contractor shall perform studies and analysis for contract management, program management, engineering, financial management, logistics, test and evaluation (T&E) management, administrative, and configuration/data management. (U) Generation of products will frequently require participation on integrated product teams (IPTs) within PNT PO and other DoD communities preparing reports. The scope includes studies, analysis, and programmatic documentation for Government approval as defined below for major program milestones and other project acquisition efforts. Example Deliverables/Products/Services (including but not limited to): Acquisition Milestone Documentation Acquisition Policy / Governance Documentation Review Acquisition Strategy Development / Documentation Baseline Assessment Support Basing Decision Packages Beddown Schedule creation and updates Capability Based Assessment (Gap Analysis) Congressional Reports Environmental Impact Assessments Facility Construction Evaluation and Updates Facility Requirements Documents (DD Form 1391) Independent Logistics Assessment Independent Review Team Assessments / Reports Informational/Decision Briefing Development Logistics Program Documentation DoD�s Military Construction (MILCON) Working Group Decision Package National Environmental Protection Act (NEPA) Analysis Decision Document Non-Advocate Cost Assessment Organizational Assessments Organizational/Workforce Survey Development / Delivery Planning, Programming, Budgeting & Execution Process (PPBE) Document Development Pricing Determination Memorandum Procurement Policy Document Review Product Support Business Case Analysis Program Baselining events Program Cost Estimates Program Execution Metrics Development Program Management Reviews (PMR) Requirements Documentation Analysis of Alternatives (AoA) Capabilities Based Assessment (CBA) Capability Development Document (CDD) Joint Capabilities Integration and Development System (JCIDS) Performance Based Logistics (PBL) Systems Requirements Document (SRD) Service Level Agreements (SLAs) Service Cost Positions Source Selection Strategy / Documentation for ACAT I and ACAT II (or equivalent) programs Source Selection Training and Source Selection Process Support System Concept Studies
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3cf09d33a5984a778062b0697352213c/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06701032-F 20230603/230601230111 (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.