Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2012 FBO #3791
MODIFICATION

99 -- Launch & Test Range System (LTRS) Integrated Support Contract (LISC) - LISC Draft Performance Work Statement V9

Notice Date
4/9/2012
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
09-49
 
Point of Contact
Andrew Doud, Phone: (310) 653-1517, Francis E Whalen, Phone: (310) 653-1591
 
E-Mail Address
andrew.doud@losangeles.af.mil, francis.whalen@losangeles.af.mil
(andrew.doud@losangeles.af.mil, francis.whalen@losangeles.af.mil)
 
Small Business Set-Aside
N/A
 
Description
LISC Draft Performance Work Statement V9 Launch & Test Range System (LTRS) Integrated Support Contract (LISC ) Operations, Maintenance, and Support Sources Sought Synopsis I. Description: 1. The Government intends to award two contracts consisting of separate portions of the scope of effort comprising the comprehensive LISC acquisition: one contract comprising core LTRS Operations, Maintenance, and Sustainment activities (LISC OM&S) (full and open competition), and one contract comprising LTRS Operations Support areas (LISC Ops Support) (small business set-aside). The purposes of this Sources Sought Synopsis are to (1) provide the opportunity for either large or small businesses, who may have / have not responded to the original Sources Sought Synopsis (issued on 28 Jul 09, amended for the change in NAICS code on 7 Jan 11), to submit Statements of Capability (SOCs) on the LISC OM&S effort, and (2) request feedback regarding a LISC OM&S small business subcontracting requirement of 22% of contract value. II. LISC Operations, Maintenance, and Sustainment Contract: 1. The contemplated LISC OM&S contract is intended to provide the Government with a single prime contractor responsible and accountable for the following areas, as referenced in the attachment labeled LISC Draft Performance Work Statement V9 (LISC PWS) (dated 9 Dec 11, originally posted to the LISC Bidders' Library on 16 Dec 11 as part of the Draft RFP package): A. Perform Range Operations (LISC PWS Section 3.1) B. Operate Range instrumentation and assess Range instrumentation performance (LISC PWS Section 3.2) C. Perform Range Organizational Maintenance (LISC PWS Section 3.3) D. Maintain Range Systems through Depot-level Maintenance (LISC PWS Section 3.4) E. Perform Logistics Management Functions (LISC PWS Section 3.5) F. Sustain (modify) the LTRS to ensure Range operational requirements are met (LISC PWS Section 3.6) G. Perform Range System Engineering services to support LTRS (LISC PWS Section 3.7) H. Support Government Item Managers at Organic Depots (LISC PWS Section 3.8) I. Perform Software Activities (LISC PWS Section 3.9) J. Technical Support to inform the Government on capabilities for LTRS (LISC PWS Section 3.14) K. Improve Range availability and reliability through the use of the LTRS Sustainment System (LSS) (LISC PWS Section 3.15) L. Provide specialized support (LISC PWS Section 3.16, Tasks 3.16.1 and 3.16.3 - 3.16.7) Organizational and depot maintenance responsibilities will be consistent with USAF & AFSPC 2-level maintenance policies. NOTE: The attached and referenced LISC PWS consists of the full scope of effort comprising the LISC acquisition. The Government intends the LISC OM&S contractor to perform the Performance Requirements identified above (that is, LISC PWS Sections 3.1 - 3.9, 3.14, 3.15, and selected Tasks of Section 3.16, in addition to the Program Management Requirements of Section 2). The Government considers tasks included under Program Management Requirements to be standard requirements applicable to Government contracts. Respondents need not include these tasks in the SOC unless any portion of these requirements cannot be met. 2. Any qualified sources may submit or resubmit a new or revised unclassified SOC demonstrating their experience and capability in each of the anticipated LISC OM&S task areas listed above and described in the attached LISC PWS. Those potential Offerors that responded to the previous Sources Sought Synopsis released on 28 July 2009 or the revised Sources Sought Synopsis that was released on 7 Jan 11 need not respond. However, any potential offerors may revise any previous SOC. This Sources Sought Synopsis will not be used to develop a bidders list. The NAICS code for this contract is 541330 - Engineering Services. Additionally, if teaming with other contractors is anticipated, list their names, business size, experience and capabilities for their allocated task areas, and the percentage of the work each team member will be responsible for including the prime. 3. The Government is considering a small business subcontracting requirement of 22% of total contract value for the LISC OM&S contract. The Government requests industry feedback on whether or not this requirement can be achieved. As part of the SOC, or as an independent response, provide a description of how this requirement will be met. III. Additional Instructions & Information: 1. The SOC shall not exceed 25 pages in total length. All responses must conform to 8.5x11 inch pages, with font no smaller than 12 point and 1-inch margins (the SOC cover page / table of contents pages will not count against the page limit). This Sources Sought Synopsis is for market research only. Interested parties shall state the size of their business in regards to NAICS code 541330 for the LISC OM&S requirements in section III. 2. Submit the SOC in either PDF format or Microsoft Word format via 2 CDs and one hard copy to the Contracting Officer Francis Whalen by the Response Due Date: 23 Apr 2012, 4:00 PM PDT. SMC/RNK Attn: Francis Whalen 483 N Aviation Blvd Bldg 270 El Segundo CA 90245 Questions: All communication associated with this Sources Sought Synopsis shall be submitted in writing to the primary POC, Francis Whalen, via email at francis.whalen@losangeles.af.mil, and to the alternate, Andrew Doud, via email at andrew.doud@losangeles.af.mil. IV. NAICS Code / Small Business Consideration & Product Service Code for LISC OM&S Requirements: The NAICS Code for the LISC OM&S requirements is 541330 - Engineering Services, with a Small Business size standard of $35.5 million; the Product Service Code for this scope is R425 - Engineering and Technical Services. Responses from small business and small disadvantaged business firms are highly encouraged. Each firm responding should indicate if it is a small business, socially and economically disadvantaged business, 8(a) firm, HUBZone, historically black college, or minority institution. The Small Business point of contact is Mr. Willard Strozier at 310-653-1108. V. Declaration: This synopsis is not a formal solicitation and will not be used to develop a bidders list. Failure to submit a Statement of Capability in response to this Sources Sought Synopsis will not preclude potential offerors from submitting a proposal in response to a Request for Proposal (RFP). Please be advised this is a Sources Sought Synopsis only, and does not obligate the Government to reimburse any cost associated with preparation and/or submission of this information. VI. Place of Performance: Multiple locations. VII. Contracting Office Address: Department of the Air Force, Air Force Space Command, SMC/RNK - Space and Missile Systems Center, Bldg. 270, 2nd Floor, 483 N Aviation Blvd, El Segundo, CA, 90245.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/09-49/listing.html)
 
Record
SN02716773-W 20120411/120409234337-6e79b2b855bf69f68c6129607319e24f (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.