SPECIAL NOTICE
R -- Command and Control (C2) Testing, Training, Operations and Experimentation
- Notice Date
- 9/23/2004
- Notice Type
- Special Notice
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- Contracting Office
- Department of the Air Force, Air Force Special Operations Command, 16th Contracting Squadron, 350 Tully Street P.O. Box 9190, Hurlburt Field, FL, 32544-9190
- ZIP Code
- 32544-9190
- Solicitation Number
- Reference-Number-RFIC2TTOE23SEP04
- Response Due
- 10/26/2004
- Description
- REQUEST FOR INFORMATION 505th Command and Control Wing ?Umbrella? Contract 30 Aug 04 The 505 Command and Control Wing (CCW), Hurlburt Field, Florida is in the process of examining an alternative acquisition strategy which would result in a single, comprehensive contract to support its needs for expertise in the Command and Control (C2) area as it relates to the 505 CCW mission - air and space C2 testing, training, distributed mission operations, and experimentation. This concept is further explained below. In order to develop sound acquisition strategies, we invite and encourage early industry participation in our efforts to conduct a successful and competitive source selection with the goal of providing the 505 CCW, its partners and customers with superior, cost-effective Advisory and Assistance Services support. To that end, we would like you to engage as partners in our critical strategy, planning and document development process starting with early and meaningful exchanges of information. The initial forum for these exchanges will be via email; however, an industry day is planned and will be advertised via the FedBizOpps website. Rules of Engagement. This announcement is not a formal solicitation and is not a request for proposal. Any formal solicitation will be announced at a later date. This RFI is for planning purposes only and is not to be construed as a commitment by the Government. Any costs associated with participating in these exchanges are at the expense of the company. The Government will treat all parties neutrally whether or not they participate in exchanges. There is no obligation on the part of the Government, nor will any contract result from these exchanges (reference Federal Acquisition Regulation (FAR) 15.201). The formal source selection process starts at release of the request for proposal (RFP). Until RFP release, the Government will proactively continue market research, industry exchanges, and maximize release of all strategies and information via the FedBizOpps website. We are not seeking proprietary information as a result of these exchanges; however, if it is necessary to respond, please properly designate it. The Government will follow the guidance of FAR 15.201(f) concerning information provided to/from industry. The goal for these exchanges is to incorporate any strategies that provide added value. 505 CCW Background & Overview. On March 12, 2004 the Air Force Command and Control Training and Innovation Group was re-designated as the 505 CCW. The wing is made up of the 505th Distributed Warfare Group (DWG), Kirtland AFB, NM; the 505th Operations Group (OG), Nellis AFB, NV; and the 505th Training Group (TRG), Hurlburt Field, FL. The 505 CCW?s mission is to provide an operational air and space C2 center of excellence for the joint and coalition warfighter. This is accomplished through initial and advanced training for Air & Space Operations Center (AOC) warfighters; Combat Air Forces C2 weapons systems operational testing; distributed mission operations combining live, virtual and constructive simulations; and development and documentation of AF operational tactics, techniques and procedures (AFOTTP) and other AOC documentation. Bringing all of these capabilities together, the 505 CCW leads execution of CSAF?s biennial Joint Expeditionary Force Experiment (JEFX). Unique resources assigned to 505 CCW include: 1. Distributed Mission Operations Center (DMOC) at Kirtland AFB 2. Combined Air and Space Operations Center - Nellis (CAOC-N) at Nellis AFB 3. AOC Simulator at Hurlburt Field 4. USAF Professional Control Force. Key programs of the 505 CCW include: 1. Exercise BLUE FLAG 2. Exercise VIRTUAL FLAG 3. The Operational Command Training Program (OCTP) 4. The AOC Formal Training Unit (FTU). Contract Background and Objective. Multiple GSA or other contract vehicle task orders with no integration are providing the current contract support for the 505 CCW. Management of these contracts imposes a significant administrative burden on Government personnel. The goal of the umbrella effort is to award a single contract to an integrating contractor or team that would report to the 505 CCW Commander. This contractor would manage all contracted efforts across the 505 CCW (to include geographically dispersed units) and would execute the strategic direction laid about by 505 CCW/CC at a reduced total overall cost to the Government. The contractor would manage in a ?centralized management/decentralized execution? fashion to ensure sub-tier Commanders had maximum flexibility within the strategic direction in which to control their efforts. Umbrella requirement is anticipated to result in an Indefinite Delivery/Indefinite Quantity (IDIQ) contract or contracts with task orders carried out at various locations (primarily U.S. Air Force installations) worldwide. Current efforts would be subsumed under the Umbrella contract at appropriate points. The value of the current efforts is approximately $150 Million with potential growth up to $300 Million. Potential NAICS code for this effort is 541710. Potential users of this contract may be located at Hurlburt Field, Florida; Nellis AFB, Nevada; and Kirtland AFB, New Mexico. General Description of Services. Services under this comprehensive contract will include, but are not limited to the following: Exercise and scenario planning Exercise control planning and execution Database and exercise product development Modeling and simulation in an AOC environment Modeling and simulation of airborne C2 and Intelligence, Surveillance and Reconnaissance (ISR) weapons systems AOC initial qualification training AOC continuation training AOC operational document production and maintenance Resource management (to include contract funds management) Web and database design Special Applications Support Joint Forces Exercise Support Software development, maintenance and training Integration of compartmented capabilities Integration of C2 core systems with internal and external communication infrastructures Operation and training on specific C2 equipment and systems JEFX support Combat Air Forces (CAF) C2 systems and processes operational test and evaluation support Preliminary Risk Assessment. Risks that have been identified by the government in a preliminary assessment are listed below: Transition from incumbent contractors with no perturbations of workforce Recruiting and retaining qualified personnel Maintaining long term C2 qualified expertise Increased efficiency of contract and reduced costs Smooth operations in a fee for service environment Central management, but geographically diverse execution Market Research Questions. Considering the above information, please respond to the following questions in this preliminary exchange of information. We would greatly appreciate any feedback that industry has to offer. We request you respond with your comments in the order they are listed below. It is not necessary to duplicate answers that relate to more than one question; please use cross-referencing. 1) A long-term contract composed of one base year and subsequent option years is anticipated. What contract types are commonly found in the private sector for this type of service? 2) What types of performance incentives are used in the private sector for this kind of service? 3) How can the contract be structured to provide the most flexibility in balancing fluctuations in funding, exercise volume and training requirements? 4) What NAICS code(s) would be appropriate for this effort? Is this suitable for small business? Is the effort diverse enough to warrant multiple contractors with different expertise? 5) How can the requirement be structured to ensure an overall management structure that encompasses all task orders at all locations? 6) What industry standards or commercial practices can be used as performance measures? 7) Do you know of any contracts of a similar nature in the government or commercial sector? 8) How would you recommend maintaining the current workforce? What recommendations would you have for ensuring the long-term viability of a qualified workforce? 9) The Air Force team is in the process of performing a formal risk identification. What risks would you rank as having a high probability of impacting program success/performance? 10) Can you implement a system that tracks the program, including costs to the hourly (or other appropriate) and trip level, and provide the government access to this system? 11) What contract types do you recommend to ensure proper risk sharing and incentives for superior performance? 12) We anticipate awarding ?umbrella? contract(s) utilizing Performance Based Services Acquisition (PBSA) methods. PBSA structures the acquisition around ?what? is required as opposed to ?how? the contractor should do the work and includes measurable performance objectives and financial or other incentives to encourage contractors to develop and institute innovative and cost effective methods of performing the work. Please comment on this approach and how you suggest this be implemented for the umbrella. 13) As stated, the Government intends to have multiple iterations with Industry. For a pre-proposal conference, please give us your thoughts on the format of such a forum, and topics you would suggest? 14) Please identify any potential organizational conflicts of interest (OCI) that are possible and prohibited by FAR Subpart 9.5. Please comment on potential OCI issues and consider the multiple locations that may use this contract. The Government expects to set up firewalls to avoid any OCI possibilities. 15) What are the most critical work requirements that would distinguish a company?s capabilities from another? Explain. 16) What recommendations do you have for managing multiple funding streams and fee for service environment? 17) What suggestions do you have for ensuring centralized management of tasks, but decentralized control at each possible user installation? Other comments regarding the government?s course of action and /or alternatives you may offer are encouraged and appreciated. We request that all written responses/comments be received by 4 pm, Central Standard Time, on 26 October 2004. Thank you for your participation. Firms responding should indicate whether they are a small business (S), a small disadvantaged business (SDB), 8(a), or large business (L). NOTE: RFIs will be issued throughout the acquisition process, please monitor this website on a regular basis. Responses to RFIs requested, but not required to participate in any subsequent solicitation. RFI responses may be shared with industry at the government?s discretion (non-proprietary) during industry days, other dialogues, or, in a future RFP. Please email Marilyn Koser if additional information is required to respond to RFIs. Responses or questions should be e-mailed to the following individual: Marilyn Koser at mailto:marilyn.koser@hurlburt.af.mil (850)884-7692 Responses may also be sent by mail to the individual?s attention at the following address: 16 CONS/LGCC, 350 Tully Street, Hurlburt Field, FL 32544.
- Place of Performance
- Address: 505th CCW, 138 Hartson Street, Hurlburt Field, Florida
- Zip Code: 32544
- Country: USA
- Record
- SN00680524-W 20040925/040923212154 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |