|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 15,1995 PSA#1491Phillips Laboratory/PKLB, Lasers & Optical Sensing Div, 2251 Maxwell
Ave, S.E., Kirtland AFB, NM 87117-5773 R -- BUSINESS REPORTING, ANALYSES AND MANAGEMENT ADMINISTRATION
SUPPORT (BRAMAS) SOL F29601-96-R-0002 POC Mr Jim Powers, Contracting
Officer, AC 505-846-4417, Telefax AC 505- 846-1546. Ms Irene Sharp,
Technical POC, AC 505-846-4907. Business Reporting, Analyses and
Management Administration Support - (BRAMAS), SOL NO: F29601-96-R-0002,
POC: Mr Jim Powers, Contracting Officer, AC505-846-4417. The Plans and
Programs Directorate of the Phillips Laboratory (PL/XP), Kirtland AFB,
NM is seeking sources for a Business Reporting, Analyses and Management
Administration Support (BRAMAS) contract to provide business,
financial, program, management, and planning support for all technical
and support directorates at the Kirtland AFB, NM, location. The scope
of this effort involves providing support for financial and business
inventory, financial and business data gathering, tracking, analyses,
reporting, strategies, and assessments of financial and business plans
and functions as well as providing management, planning, and
business-related support for the technical and support directorates.
The main tasks anticipated under this effort involve providing business
and management support to the five technical directorates, as well as
the support directorates. The five technical directorates are: Lasers
and Imaging (PL/LI), Space Experiments (PL/SX), Space and Missiles
Technology (PL/VT), Advanced Weapons & Survivability (PL/WS), and
Airborne Laser Program Directorate (PL/TM). The support directorates
are: Financial Management (PL/FM), Plans and Programs (PL/XP),
Operations & Support (PL/DO), and Contracting (PL/PK). Task 1 will
provide support at the directorate level as well as for the individual
technical projects and technical programs by gathering data, tracking
costs, monitoring budgets, maintaining records, developing trend and
projection analyses, providing reports, tracking resources, and
providing configuration control of resources within the technical
directorates. Task 2 will provide business, financial, and management
support required at a corporate level, and for data gathering,
planning, assessments, maintaining records, assisting with financial
tracking using corporate cost and labor tracking systems, monitoring
programs from a corporate-level perspective, reorting corporate-level
business status, and attending corporate business reviews. While this
effort is primarily directed toward business, financial and management
support, the effort shall also provide conference, graphical, and
presentation support, such as off-site meeting facilities, electronic
multimedia graphics support for Directors' and Spring Review
presentations, and view-graph slide support for Commander's Management
Reviews or briefings to other government agencies, and unique support
in the areas of management assistance in training and travel order
generation system, for the two task areas. Contractors possessing the
capability to provide business, financial, and management support are
invited to submit their qualifications. Any resultant contract will
contain a strict organizational conflict of interest clause precluding
the eventual winner from bidding on future Phillips Laboratory efforts
during the performance of the contract and for twelve (12) months after
contract completion, except for follow-on efforts associated with this
contract. Contractual effort is contemplated under a 48- month period
of performance to include options and will be priced on a level-
of-effort basis at an estimated 77 man-years per year usage rate. The
total effort is estimated to be in the range of $18M - $24M. The
contract type contemplated is a Cost Plus Award Fee (CPAF),
level-of-effort. The work will primarily be conducted at Phillips
Laboratory's Kirtland AFB, NM, facilities. Interested small business
concerns should submit a Statement of Capability (SOC) to demonstrate
their ability to manage a broad based support effort between technical
and support directorates as described above. The SOC shall contain
information pertinent and specific in the business, financial, and
management area under consideration, on each of the following
qualifications: (1) Experience: an outline of previous government
projects and specific government work previously performed or being
performed within the last 3 years in the areas of business, finance,
and management of government programs at the program/project level and
at a corporate level, (2) Experience: an outline of previous
commercial projects and specific commercial work previously performed
or being performed within the last 3 years in the areas of business,
finance, and management of commercial programs at the program/project
level and at a corporate level, (3) Personnel: Name, professional
qualifications, and specific government and commercial experience of
business, financial, and management personnel who may be assigned as
program manager for this effort, as program/financial analysts to
assist support directorate personnel, as program/financial analysts to
support technical directorate personnel, and as overall management
support personnel, (4) Anticipated methods of providing adequate
trained manpower, and (5) Facilities: Facilities to manage this effort
and a statement regarding industrial security clearance to support
work at the SECRET level. Offerors' SOC shall be limited to 15 pages
(81/2'' x 11'' size pages, size 12 font or larger) excluding the cover
page, resumes, tables of content and tables of figures. Offerors shall
be required to indicate, in writing, whether their firms are a small
business, an 8(a) certified firm, a women-owned business, a
historically Black college, or university, or a minority institution.
The Air Force reserves the right to consider a small business
set-aside, an 8(a) award, or award to a historically Black college, or
university, or a minority institution based upon responses to this
announcement. Replies to this synopsis must reference R&D Synopsis #
201-96 and be received within thirty (30) calendar days after date of
publication of this announcement. Submit only unclassified information
for consideration and evaluation. For this proposed acquisition, the
definitions in FAR 19.001 and small business size standard for SIC
8741, size standard $5 million, apply. Within thirty (30) calendar days
from publication of this announcement, interested small businesses only
should provide a SOC in triplicate (no telefaxed SOC~s will be
accepted) to: Phillips Laboratory, Directorate of Contracting/PKLB,
Attn: Mr Jim Powers, 2251 Maxwell Ave., SE, Kirtland AFB, NM
87117-5773. Other offerors are only required to send a letter stating
interest in receiving the Request For Proposal (RFP) when it is
released. Submission of the letter may be telefaxed to AC505/846-1546.
All respondents desiring a copy of the solicitation must provide a
mailing address and indicate whether they contemplate using foreign
nationals in this effort. Foreign firms are advised they will not be
allowed to participate as the prime contractor. An Ombudsman Program
has been established for Phillips Laboratory (PL). The purpose of the
Ombudsman s to receive and resolve significant concerns from potential
offerors when they prefer not to use established channels of
communication during the proposal development phase of this
acquisition. The Ombudsman will communicate contractor issues,
disagreements, and recommendations to the appropriate government
organization or individual. The role of the Ombudsman is not to
diminish the authority of the program director or the contracting
officer, but to present the company's concern on a non-attribution
basis, if requested. The Ombudsman will maintain strict confidentiality
as to the source of the concern when requested. The Ombudsman will not
participate in the evaluation of proposals nor the source selection
decision for any specific acquisition. For questions or information
relative to the Ombudsman Program, offerors are invited to contact the
PL Ombudsman, Colonel James Ledbetter, Phillips Laboratory Vice
Commander, PL/CV, AC505-846-4964, 3651 Lowery St. SE, Kirtland AFB, NM
87117-5776. For technical issues, please contact Ms Irene Sharp,
PL/XPC, AC505/846-4907 or Ms Sue Atwood, PL/SX, AC505/846-2274. (0347) Loren Data Corp. http://www.ld.com (SYN# 0065 19951214\R-0013.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|