MODIFICATION
A -- Nuclear Enterprise Tracking System (NETS)
- Notice Date
- 11/23/2010
- Notice Type
- Modification/Amendment
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, Air Force Nuclear Weapons Center, AFNWC PKE, BLDG 20604 CP 505 846 9516, 2000 WyYOMING BLVD DE, KIRTLAND AFB, New Mexico, 87117-0001, United States
- ZIP Code
- 87117-0001
- Solicitation Number
- NEST
- Point of Contact
- Donna Heinz, Phone: 505-846-9516, Francine M. Chavez, Phone: 505-853-2483
- E-Mail Address
-
donna.heinz@kirtland.af.mil, francine.chavez2@kirtland.af.mil
(donna.heinz@kirtland.af.mil, francine.chavez2@kirtland.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Based on industry feedback and questions relative to the Draft RFP, we have refined our acquisition strategy. The purpose of this posting is to provide industry with a timeline as well as an outline of the primary changes in our strategy. First, the timeline is as follows. We will post answers to industry's questions no later than 30 Nov 10. The formal RFP will be released no later than 10 Dec 10 with proposals due 10 Jan 11. We anticipate contract award(s) within 30 days after proposal receipt. This of course is dependent on the number of proposals received. The purpose of this acquisition is to award multiple technology demonstration contract(s) in order to gain insight into the technologies AFGSC could potentially utilize to enhance nuclear asset tracking. There is presently no formal program, no follow-on acquisition, and no funding to pursue this project beyond these technology demonstrations. If a follow-on program were to occur in the future, it would be a competitive acquisition and offerors who are not awarded a technology demonstration contract will have the opportunity to compete. AFNWC anticipates making several firm-fixed price contract awards, estimated at no more than 10, pursuant to this acquisition depending on the number of fully capable proposals received and availability of funds. The estimated cumulative cost for all contracts awarded shall not exceed $3.5M. Individual contracts will not exceed $350,000. The acquisition will be "full and open" competition with preference given to qualified small businesses. Small business proposals will be evaluated first using technically acceptable criteria to rank order them. Contracts will be awarded in succession to all technically qualified small business offerors, dependent on availability of funds. Once the small business list of proposals is exhausted, large business proposals will be evaluated and rank ordered according to the same technically acceptable criteria. Again, contracts will be awarded in succession to all technically qualified offerors, dependent on availability of funds. The evaluation criteria is being simplified and broadened. Since these elements are currently under rewrite, we are simply providing an outline here of what the anticipated evaluation criteria may include: soundness of approach, number of capabilities within the government SOO the technology solution can currently satisfy, innovativeness of the approach and/or technological solution, and contract cost. Proposals will be rank ordered based on the number of capabilities offered, approach and cost. It is expected cost reasonableness will be determined using adequate price competition. There is no requirement to have knowledge of our current systems and/or nuclear processes and there is no requirement to have a capability that is already deployed within a military or secure environment. However, if offerors do possess nuclear logistics knowledge and can thus demonstrate how their technology could interface with these current systems, their proposal will be given extra weight in the rank ordering process. Likewise, if offerors have technology solutions that have already been deployed and are proven in a military or secure environment similar to AFGSC's environment, proposals will be given extra weight when rank ordering them. Based on the fact, the purpose of these contract(s) is to receive technology demonstrations and they require no knowledge of our current systems or nuclear processes, we will not be conducting an industry day or one-on-one sessions with offerors. The remainder of the draft RFP is also undergoing simplification. We anticipate deleting the past performance evaluation criteria. The page count for the SOW and demonstration plan (CDRL) may be reduced. And the CDRLs are being rewritten. The development plan will be required after receipt of the demonstration vice being due at the time of the proposal. The development plan will be a rough-order of-magnitude on what activities, cost and schedule would be required to further develop the technology. We thank industry for their interest in this program and for the questions and feedback we received on our Draft RFP. As previously stated industry questions will be answered no later than 30 Nov 10 and the RFP will be released no later than 10 Dec 10. Please direct all questions/concerns directly to the Contracting Officer at donna.heinz@kirtland.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f06859b31cf376e523b9d7f18f412426)
- Place of Performance
- Address: Air Force Nuclear Weapons Center (AFNWC), Contracting Division (PKE); Mail to: AFNWC/PKE; Attn: Francine M. Chavez; 8150 'F' Ave., Bldg 20226, Rm. 9, Kirtland AFB, NM 87117 or electronic submissions acceptable to e-mail address: Francine.Chavez2@kirtland.af.mil., Albuquerque, New Mexico, 87117, United States
- Zip Code: 87117
- Record
- SN02332616-W 20101125/101123234251-f06859b31cf376e523b9d7f18f412426 (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 |