Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 25, 2015 FBO #5115
SOURCES SOUGHT

J -- MUTC Retransmission

Notice Date
11/23/2015
 
Notice Type
Sources Sought
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-16-A-0015
 
Point of Contact
Jillian Kovacs, Phone: 9375224587
 
E-Mail Address
jillian.kovacs@us.af.mil
(jillian.kovacs@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Government is conducting market research and identifying, as potential sources, companies that may possess the expertise, capabilities, and experience to meet the requirements for a contract at the Air Force Institute of Technology (AFIT) at Wright-Patterson AFB, OH. CAUTION: This Sources Sought is issued solely for information and planning purposes. In accordance with Part 10 of the Federal Acquisition Regulation, the U.S. Government is conducting market research. The intended purpose is to identify potential sources that may possess the expertise, capabilities, and experience to meet AFIT's requirements. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Further, AFLCMC is not at this time seeking proposals, and will not accept unsolicited proposals. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this sources sought. Please be advised that all submissions become Government property and will not be returned. All costs associated with responding to this sources sought will be solely at the responding party's expense. Not responding to this sources sought does not preclude participation in any future RFP, if any is issued. In accordance with Federal Acquisition Regulation 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is the responsibility of the interested parties to monitor this FedBizOpps website for additional information pertaining to this sources sought. INSTRUCTIONS: 1. Below is a document containing a description of AFIT's requirement and a Contractor Capability Survey, which allows you to provide your company's capability. 2. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) 3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. 4. Questions relative to this market survey should be addressed via email to Jillian Kovacs (AFLCMC/PZIOA), jillian.kovacs@us.af.mil. Verbal questions will NOT be accepted. PROGRAM DESCRIPTION The Air Force Institute of Technology requires onsite support for academic Research, Development and Demonstration (RDD) and Operational Training & Testing (OTT) events at the Muscatatuck Urban Training Center (MUTC) using components of AFIT's GRANITE System. REQUIREMENTS The Contractor shall provide onsite support for academic Research, Development, and Demonstration (RDD) and Operational Training & Testing (OTT) events at the Muscatatuck Urban Training Center (MUTC) using components of AFIT's GRANITE System. This includes support for RF Intelligence (RFINT) activity being conducted by AFIT personnel (faculty, staff, and student researchers) and supported by external customers. AFIT's RFINT program embodies traditional "INTs" and has most recently focused on commercial communication, Supervisory Control And Data Acquisition (SCADA), and Global Positioning System (GPS) applications. AFIT's GRANITE System is a federated wireless communication system (point-to-point, point-to-multipoint, mesh, cellular) consisting of more than 400 individual equipment items. The contractor shall be granted access to GRANITE System components at Muscatatuck Urban Training Center in Butlerville, Indiana (MUTC) per an AFIT-AMCCO MOA (#AFITMOA127). The contractor shall ensure that support personnel are within 100 miles of MUTC and can respond onsite within 2.0 hours. Work shall comply with government and local laws and regulations. This is a non-personal service. Contractor personnel are not subject to the supervision and control of a Government officer or employee. The contractor shall: 1) Complete inventory and field status updates at least annually, with additional inventories and updated on an as needed basis at the request of AFIT/ENG. This will be conducted as a hands-on account of all serial-numbered GRANITE System components and update the equipment inventory list. The list shall include component manufacturer, serial number, hardware description (transmitter, receiver, transceiver, server, and antenna) functional description (cellular, point-to-point) and MUTC location (building, room number, GPS coordinates). In locations where equipment is not easily accessible for hands-on accounting (water and radio tower installations), eyes-on identification may be permissible using optical magnification devices. In locations where equipment is not easily accessible for hands-on accounting, eyes-on identification may be permissible using optical magnification devices. The contractor shall provide all personnel, equipment, instrumentation, and supplied necessary to perform the required inventory. 2) Conduct on an as needed basis to complete periodic preventative maintenance, troubleshoot inoperable components, and maintain system operational performance. This includes required replacement or upgrades of hardware, firmware, and/or operating software to sustain reliable system operating performance and regain system operating performance in the event of catastrophic failure or performance degradation. 3) For selected events, customers may desire to functionally control and operate selected GRANITE System components during their events. Such control will generally be limited to selected GRANITE System components supporting the customer's event and require prior vetting and certification of customer operators on the selected components. When required for selected events, the contractor shall conduct onsite vetting and certification of customer operators. 4) Support site surveys aimed at identifying GRANITE system components, capabilities and resources required to support envisioned RDD/PTT events and MUTC system integration activity. Based on event goals/objectives and MUTC system integration requirements, the contractor shall develop and deliver an event and/or integration plan that identifies required resources to complete the event or integration activity. 5) Reconfigure the GRANITE System (hardware and/or software) to provide the required operational capability to support event goals/objectives within the MUTC infrastructure. Reconfiguration will be based on an approved event and/or integration plan provided by AFIT and operational functionality of the reconfigured system shall be verified. 6) Operate the appropriately configured GRANITE System components in accordance with an approved event and/or integration plan. In cases where a vetted customer operator is involved in an event, the contractor shall oversee customer operator actions for system components under customer control to ensure system operation remains within approved plan bounds, and operate remaining GRANITE System components in accordance with the approved plan. 7) Compile and analyze selected system level data and generate system operating summary reports in accordance with an approved event and/or integration plan or at the request of AFIT/ENG to support government reporting and/or research documentation requirements. Relevant data may include system configurations files and parameter files for GRANITE components, or MUTC systems supported by GRANITE components, as well as data collected from other peripheral systems supporting the event. Further details may be found on the attached DRAFT Performance Work Statement (PWS). CONTRACTOR CAPABILITY SURVEY Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: • Company/Institute Name: • Address: • Point of Contact: • CAGE Code: • Phone Number: • E-mail Address: • Web Page URL: • Size of business pursuant to North American Industry Classification System (NAICS) Code: 811213 - Communication Equipment Repair and Maintenance Services, $11M Based on the above NAICS Code, state whether your company is: o Small Business (Yes / No)  Self- Certified or Third Party Certified o Women- Owned Small Business (Yes / No)  Self-Certified or Third Party Certified o Economically Disadvantaged Women-Owned Small Business (Yes / No)  Self- Certified or Third Party Certified o Small Disadvantaged Business (Yes / No)  Self-Certified or Third Party Certified o 8(a) Certified (Yes / No)  Self- Certified or Third Party Certified o HUBZone Certified (Yes / No)  Self-Certified or Third Party Certified o Veteran Owned Small Business (Yes / No)  Self- Certified or Third Party Certified o Service Disabled Veteran Small Business (Yes / No)  Self-Certified or Third Party Certified *All interested contractors must be registered in SAM in order to be eligible for award of Government contracts. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. SBA Certification Date: ________________ SBA Graduation Date:_________ • A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). • Please provide a statement that the respondent will allow or will not allow the Government to release proprietary data. • Please provide a statement to acceptability of the following proposed provisions and clauses, as they are determined to be consistent with customary commercial practice. • FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) • FAR 52.233-2, Service of Protest (Sep 2006) • FAR 52.242-13, Bankruptcy (Jul 1995) • FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) • FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) • FAR 52.252-5, Authorized Deviations in Provisions (Apr 1984) • DFARS 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country (Dec 2014) • 252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015 Appropriations (Dec 2014) • AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012) • DFARS 252.201-7000, Contracting Officer's Representative (Sep 2011) • DFARS 252.237-7023, Continuation of Essential Contractor Services (Oct 2010) • DFARS 252.237-7024, Notice of Continuation of Essential Contractor Services (Oct 2010) • DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports • DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions • DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements- Representation (Deviation 2015-o0010) • DFARS 252.203-7999, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2015-o0010) • DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports • AFFARS 5352.201-9101, Ombudsman (Apr 2014) ATTENTION small business respondents who are interested in submitting a proposal as the prime contractor for this effort: No set aside decision has been made; however, the Air Force is contemplating setting this acquisition aside for Small Businesses if there is sufficient demonstrated interest and capability. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that two or more small business prime contractors must be capable of performing at least 50% of the entire scope of AFIT's effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. The clause reads, in part, as follows: "Limitations on Subcontracting (Nov 2011)... (c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for - (1) Services (except construction). At least 50 percent of the cost of contract Performance incurred for personnel shall be expended for employees of the concern... ". Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. ATTENTION all potential respondents: The acquisition strategy for this program has not been finalized. If this acquisition is not set aside for small business, it is anticipated that the contract may contain a small business utilization requirement. Please provide feedback on the requirement and what areas are likely candidates for SB subcontracting. Part II. Capability Survey Questions 1. Describe briefly the capabilities of you or your organization and the nature of the services you provide. Include a description of your background and/or your staff composition to include those who would perform the outlined work listed in the Requirements Section. Please mention any required certifications. 2. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). 3. Are there specific requirements in the documentation that we provide that would currently preclude your product/service from being a viable solution to our requirement? 4. Are there established market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. If your company is interested, e-mail your responses to jillian.kovacs@us.af.mil. E-mail responses should be received no later than 7 December 2015. Direct and succinct responses are preferred. Marketing materials are considered an insufficient response. All responses must be UNCLASSIFIED; no classified material will be accepted or considered with this Sources Sought Synopsis. The response to Part I. Business Information should be single spaced, 12pt font. The response to Part II. Capabilities should be limited to no more than 20 pages (8.5x11 inches), single spaced, 12pt font. In addition, identify a representative to support further Government inquiries and requests for clarification of the information provided, if needed. Respondents should indicate which portions of their response are proprietary and should mark them accordingly. The Air Force will handle proprietary items in accordance with FAR 2.101 and 3.104. Responses to questions from interested parties will be promptly answered and posted on this FedBizOps website, unless some release of proprietary information is involved or the answer addresses a question peculiar to a company or that company's response. Information feedback sessions may be offered to respondents after the sources sought assessments are completed. An Industry Day (date to be determined) with one-on-one information sessions with respondents may be offered to clarify the Government's understanding of their submittal, the capability ramifications, or to discuss their business approach.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-16-A-0015/listing.html)
 
Place of Performance
Address: The majority of work will take place in Butlerville, Indiana, Butlerville, Indiana, United States
 
Record
SN03952689-W 20151125/151123234341-a61562b9400101b577a0d7b2da23c17f (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.