Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2012 FBO #4011
MODIFICATION

R -- Extension of Systems Engineering and Integration (SE&I) Sources Sought Synopsis Record # 13-03 in Support of Contract #FA8807-12-C-0010

Notice Date
11/15/2012
 
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 Space Command, Space and Missile Systems Center-SMC/LGK, 1050 E. Stewart Avenue, Peterson AFB,, Colorado, 80914-2902
 
ZIP Code
80914-2902
 
Solicitation Number
FA8807-12-C-0010
 
Archive Date
12/11/2012
 
Point of Contact
Todd M. Young, Phone: 310-653-3085, Katrina Snow, Phone: 310-653-3644
 
E-Mail Address
Todd.Young.5@us.af.mil, Katrina.Snow@losangeles.af.mil
(Todd.Young.5@us.af.mil, Katrina.Snow@losangeles.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Air Force Space Command, Space and Missile Systems Center (SMC) Global Positioning Systems Directorate (SMC/GP), 483 North Aviation Boulevard, El Segundo, California, 90245-2808 intends to issue a sole-source firm-fixed-price contract action to Science Applications International Corporation (SAIC), S&R and Intelligence Systems Services, Los Angeles, California, 90056-1299, to provide Systems Engineering and Integration (SE&I) support services to SMC/GP for up to 6 months beginning 8 March 2013. The maximum period of performance is 8 Mar 2013 until 7 Sep 2013. SMC/GP will not continue performance of this contract beyond the time needed to award and transition to the follow-on contract. Award of a follow-on contract is expected in May 2013. This contract action will effectively extend the period of performance of the SE&I services currently being acquired under Contract FA8807-12-C-0010, thereby providing SMC/GP sufficient time to complete a source selection, award a long-term follow-on contract, and allow sufficient transition time between the existing contract and the follow-on contract. Requests for a solicitation will not receive a response. Pursuant to the provisions of Federal Acquisition Regulation (FAR) Section 5.207(e), the classification code for this synopsis is R (Professional, Administrative and Management Support Services). Pursuant to FAR Section 5.207(c)(6), approximately 185,956 hours will be acquired for Systems Engineering and Integration using Air Force, RDT&E and Missile Procurement, appropriations. A copy of the existing Statement of Work (SOW) is appended herewith for reference. This contract will provide a highly capable SE&I contractor/team to produce and manage the GPS technical baseline in support of SMC/GP. The SE&I's role in the accomplishment of this mission will involve, but is not limited to, development and implementation of directives and standards, improved and dynamic communications, new tools and techniques to predict issues early enough to change the outcome or minimize the effect on the enterprise, disciplined processes to develop and maintain the systems baseline documents and interfaces, and performance metrics that ensure continuous integration and operational capability improvements (measures of effectiveness). The current contract was awarded 8 May 2012. All options have been exercised and the contract will expire on 8 March 2013. This contract action will be awarded to SAIC S&R and Intelligence Systems Services as the only responsible source that can continue to provide these highly specialized services, as it is likely that award to any other source would result in the Air Force incurring substantial duplication of cost that is not expected to be recovered through competition, experiencing unacceptable delays in fulfilling its requirements, or both. (10 U.S.C. 2304(c)(1)). All responsible sources may submit a Statement of Capability (SOC) no later than 14 days after posting of the subject notice/Sources Sought Synopsis, which shall be considered by the agency. The SOC must include the following information: Company Name, Mailing Address, Point of Contact and Telephone Numbers, Business Size Classification (Large, Small, or Other), Personnel/Size Standard and experience-specific work previously performed or being performed relevant to this follow-on effort. Interested parties must demonstrate in their SOC they have the capability to provide the systems and services to fulfill the government's immediate, short-term need for the projects described above. Interested parties must also demonstrate how an alternative approach can be cost competitive with the long term sustainment activities described above. The SOC shall not exceed 10 single-spaced pages. This announcement is for information and planning purposes only. It does not constitute a Request for Proposal and is not to be construed as a commitment by the government. The government will not pay any costs associated with the submittal of information solicited herein. The SOC and all related communications that contain proprietary information should be marked as such. No classified information shall be submitted. Verbal responses will not be accepted. Responses from small business and small disadvantaged business firms with the capability and capacity to perform this requirement are highly encouraged. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, 8(a) firms, historically black colleges or universities, and minority institutions. Any response submitted by respondents to this synopsis constitutes consent for that submission to be reviewed by government personnel, Federally Funded Research and Development Center employees and Advisory & Assistance Services contractor employees supporting SMC/GP, unless the respondent clearly objects in writing to the release of this information to Federally Funded Research and Development Center contractor employees and Advisory & Assistance Services contractor employees supporting SMC/GP, in a cover letter accompanying your capabilities package. This notice expires 14 days after publication. The North American Industrial Classification System Code is 541712--Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology) and the size standard is $35.5M. Capabilities information may be emailed to Mr. Todd Young, Contracting Officer, at todd.young.5@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCLGK/FA8807-12-C-0010/listing.html)
 
Place of Performance
Address: The place of performance shall be at the contractor facility, with installations to include Department of Defense (DoD) facilities primarily located in El Segundo, California, and at selected off-site field locations., Contracting Office Address:, 483 North Aviation Boulevard, Building 271, 2nd Floor, El Segundo, California 90245-2808, Place of Performance:, El Segundo, California, United States and selected field locations, Primary Point of Contact.:, Todd Young, Procuring Contracting Officer, todd.young.5@us.af.mil, Phone: (310) 653-3085, El Segundo, California, 90245, United States
Zip Code: 90245
 
Record
SN02931744-W 20121117/121115235026-5b5f631d831005ef4e76c7b236f226e2 (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.