Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2010 FBO #2996
SOURCES SOUGHT

70 -- PRICE Cost Estimating Suite

Notice Date
2/4/2010
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
ASC/PKEBldg. 16, Rm. 1282275 D StreetWright-Patterson AFB, OH
 
ZIP Code
00000
 
Solicitation Number
F1AF1M0020GR01
 
Response Due
2/11/2010
 
Archive Date
3/11/2010
 
Point of Contact
Travis McCullough, 937-656-7475
 
E-Mail Address
travis.mccullough@wpafb.af.mil;
(travis.mccullough@wpafb.af.mil;)
 
Small Business Set-Aside
N/A
 
Description
The Air Force intends to award a sole source contract to Price Systems, L.L.C. The purpose of this Sources Sought is to determine if there are any businesses available who are capable of performing the effort described herein. The Air Force Material Command at Wright-Patterson AFB, OH is seeking sources to provide: A parametric cost estimating models capable of estimating hardware and software acquisitions, and operating and support (O&S) costs. The models are applicable to a wide range of systems acquired by the United States Government (such as aircraft, engines, armament, avionics, radar, software, simulators, support equipment, etc.) The models perform cost calculations and have the ability to be adjusted to specific organizations and technologies. The methodology of the models must be capable of performing development, production, and O&S cost estimates, and must also be able to support cost sensitivity studies that incorporate peculiar development characteristics, varying degrees of complexity, time constraints, and inflation. The O&S cost model must be able to produce model results/cost output in the standard Office of the Secretary of Defense (OSD) Cost Analysis Improvement Group CAIG approved cost element structure as found in the O&S Cost Estimating Guide, OSD CAIG. The model must be able to estimate the impacts on cost of change in system specifications uniquely present in defense programs, quantities, schedules, and other supportability parameters. This is a SOURCES SOUGHT SYNOPSIS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This is in support of market research being conducted by ASC to identify capable potential sources. Contractors responding to this shall submit the following information to: Travis McCullough, email Travis.McCullough@wpafb.af.mil. Response Date: 11 Feb 2010 5:00 p.m. EST by email (above) Travis McCulloughTravis.McCullough@wpafb.af.milASC/PKEIS2275 D Street Bldg. 16 Rm. 128Wright-Patterson AFB, OH 45433Com: (937)656-7475 DSN:986-7475 Required Submittal: Contractors must submit, by the due date listed above, the following: 1.Company Information to include:a.Points of contact, addresses, email addresses, phone numbersb.Identification as a large U.S. business, small U.S. business, or a foreign business. 2.A summary of your related capabilities information based upon the Contractor Experience required below. It should be brief and concise, yet clearly demonstrate your abilities to meet the stated requirements. Limit responses to a total page limit of 10 pages. Each page shall be formatted for 8 " x 11" paper. Pages shall be single-spaced and one-sided. The font shall be Times New Roman and no smaller than 10pt with at least a one-inch margin. Covers, tab dividers, title pages, glossaries, and table of contents are not required. Please submit your responses electronically in a Microsoft Word compatible file.3.Address your approach to initial staffing, including examples of resumes of key personnel to perform the task. Example resumes do not count toward the page limit.4.Provide no more than five contract history matrices for any contract relevant to this effort. (Include information ONLY for work within the last three years) For all current or past contracts deemed relevant, provide the following administrative reference information. (There is no page limit for this requirement.)a.Company/Division Nameb.Program Titlec.Contracting Agencyd.Contract Numbere.(e) A brief description of the contract effort, indicating whether it was development and/or productionf.Type of Contractg.Period of Performanceh.Original Contract $ Value and Current Contract & Valuei.Original Completion Data and Current Completion Datej.Name, address and telephone number of Government Program Director/Manager, Administrative Contracting Officer (ACO) and Procuring Contracting Officer (PCO).5.Organizational Conflict of Interest (OCI): Provide your approach to OCI avoidance, non-disclosure of information and protecting intellectual property and business interests of prime contractors and small businesses. An OCI mitigation plan should be included. This plan does not count towards the page limit.6.Any other information you think we need to evaluate your capabilities. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not reimburse the respondents for any costs associated with their response. This synopsis does not constitute a Request for Proposals nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government reserves the right to contact the submitting parties, on an as required basis, for further clarification on material provided. Contractor Experience: AFMC's need for parametric cost estimating models capable of estimating hardware and software acquisitions and operating and support (O&S) costs. The models are applicable to a wide range of systems acquired by the United States Government (such as aircraft, engines, armament, avionics, radar, software, simulators, support equipment, etc.) The models perform cost calculations and have the ability to be adjusted to specific organizations and technologies. No transition period is available to build a similar cost estimating tool. Address briefly how you/your team will perform this work. Please address in the order listed below: a.Demonstrated capability to provide a computer tool that successfully integrates DoD accepted cost models and cost data for current operations/support of weapon systems to help prioritize decision makers' technology choices to the best value options. b.Demonstrated capability to performing development, production, and O&S cost estimates, and must also be able to support cost sensitivity studies that incorporate peculiar development characteristics, varying degrees of complexity, time constraints, and inflation. c.Demonstrated capability to be able to estimate the impacts on cost of change in system specifications uniquely present in defense programs, quantities, schedules, and other supportability parameters. d.Demonstrated capability to be able to produce model results/cost output in the standard Office of the Secretary of Defense (OSD) Cost Analysis Improvement Group CAIG approved cost element structure as found in the O&S Cost Estimating Guide, OSD CAIG. The Government reserves the right to contact additional customers to obtain information that will be used to evaluate the offeror's experience. Contract Details: This acquisition will be open to all type businesses, meeting the Contractor Experience criteria, using commercial buying procedures. Commercial items and non-developmental items are procured under FAR Part 12 procedures. Firm Fixed Price type pricing arrangement will be utilized. NAICS Code is 511210. Size standard is $25,000,000.00. CCR Registration: http://www.ccr.gov/Start.aspx If you are a business interested in doing business with the U.S. Federal Government, you must be registered in CCR. It is advisable to begin registration now. For more information on "PRICE Cost Estimating Suite", please refer to:https://pixs.wpafb.af.mil/pixs_solicitation.asp?id=6426
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/F1AF1M0020GR01/listing.html)
 
Record
SN02058690-W 20100206/100205000234-f32eb8d42eceeeecc750c27885c5fcfb (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.