Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 15,1995 PSA#1491

Phillips 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