Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 30, 2017 FBO #5851
SPECIAL NOTICE

R -- SMC Independent Program Assessments (IPAs) - draft SMC IPA TOR - OCI Mitigation Checklist - draft PWS 20171117

Notice Date
11/28/2017
 
Notice Type
Special Notice
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
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
FA8802-18-R-0002
 
Archive Date
12/11/2017
 
Point of Contact
Tiffany Bellard, Phone: 3106535405, Lisa Prosser, Phone: 310-653-0625
 
E-Mail Address
tiffany.bellard@us.af.mil, lisa.prosser@us.af.mil
(tiffany.bellard@us.af.mil, lisa.prosser@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
draft SMC IPA PWS OCI Mitigation Checklist Draft SMC IPA TOR This notice is intended ONLY for GSA Professional Service Shedule owners under SINs 874 and 871. If you do not have a current GSA Professional Service Schedule, but believe you should be considered, you must send justification/rationale to the Contracting Officer on why your company should be considered. Background & Introduction SMC is seeking contractor support to meet the requirements to perform Independent Program Assessments (IPAs) of its Acquisition Category One, Two, and Three (ACAT-I, ACAT-II, ACAT-III) space weapon systems programs. The IPAs would need to be conducted by a group of highly skilled, experienced experts that are independent from the weapon system's program office or industry partners involved in the acquisition. Their experience must include leading acquisitions of ACAT I, II, and III space programs in a senior decision level capacity. The aggregative pool of resources need to have experience working in the space industry, as well as experience conducting IPAs or similar reviews. SMC would likely conduct IPAs for the acquisition of ACAT-I, II, and III space weapon systems an average of eight times (8) per year. On average, IPAs typically last 3-4 weeks. Multiple IPAs can also be occurring at the same time, and each review duration will vary depending on complexity of the IPA. SMC estimates four to five personnel per IPA; however the number of contractors needed will be dependent on the expertise needed and complexity of the individual IPA. Due to the nature of independent assessments/reviews, the identification and mitigation of any potential Organizational Conflicts of Interest (OCI) concerns is of the utmost importance. SMC has been investigating potential OCI and mitigation strategies for current contracts as well as future acquisitions, as they relate to potential companies who may perform IPAs. Therefore, responses to this RFI regarding OCI will allow the Government to further investigate and identify any potential OCI issues or un-mitigatable circumstances. Request for Information The purpose of this RFI is to assess availability of qualified companies and would-be interested offerors, within the GSA Professional Services Schedule Special Item Numbers (SINs) 874 and 871, and to examine and address any and all actual and potential OCI concerns for these prospective offerors. Responses from small businesses and small disadvantaged businesses are highly encouraged. The technical requirements are described in detail in the attached draft IPA Performance Work Statement (PWS) and SMC IPA Technical Operating Report (TOR). The Government is looking for companies with resources experienced in conducting independent reviews and assessments for the Government or industry on space programs including space, ground and users segments. The reviews would be scheduled on short notice, in as little as ten (10) business days, and the company must be available to begin IPAs within these short notices. The company's resources shall have availability of and access to personnel with Top Secret/Specialized Compartmental Information (TS/SCI) clearances. These resources must be willing to sign multiple Non-Disclosure Agreements (NDAs) and be free of OCI with all ongoing programs at SMC. Potential offerors to any solicitation resulting from this RFI will have to be able to demonstrate not only the ability meet the technical requirements described in the draft PWS and availability of qualified resources, but also identify any actual or potential OCI situations associated with its (or any of its teammates' or subcontractors') performance under any contract that has been or may be awarded by any federal agency or other entity, as well as propose an OCI Mitigation Plan to be included as an attachment in any contract resulting from the potential future solicitation. RFI Submission Details: Your responses shall be in the form of a narrative and the completion of the enclosed OCI Mitigation Plan Checklist (insert additional pages as needed and complete as fully as possible with the information known to you at the time of this RFI). Include a capability statement, which fully describes the following: •a. Capability to accomplish this work, including specific particulars about availability of resources, staffing strategies, and corporate capability •b. Please explain, with detail, mitigation strategies for any actual or potential OCI issues as applicable; •c. Discuss whether and how your level of interest, capability, and mitigation strategies would change depending on the following estimated values for each IPA in the ranges of: •· < $150K (est. 5 workdays or less) •· $150K - $500K (est. 5 - 15 workdays) •· $500K - $1M (est. > 15 workdays) Page size shall be 8.5 x 11 inches; single-spaced with text no smaller than 12-point font size Times New Roman; font size within graphics and tables shall be no smaller than 8-point, Times New Roman. Margins shall be one-inch on all sides. Respondents shall provide an unclassified response to this RFI. Respondents shall indicate whether their responses contain proprietary information, if the respondents wish for the responses to be handled as such. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Please be advised that all submissions become Government property and will not be returned. This RFI is restricted to companies within the GSA PSS SINs 874 and 871, and encourages responses from all responsible companies regardless of size. The applicable North American Industry Classification System (NAICS) code is 541715. The small business size standard is 1,250 employees. Companies responding to this RFI shall submit the above information in writing to the Points of Contact (POCs), no later than 4:00 pm (Pacific Time) on 08 December 2017. Delivery must be accomplished via email to the POCs referenced in this posting. Please provide any questions you have regarding this RFI to the POCs by 08 December 2017. DECLARATION: Foreign vendor participation for this RFI is not permitted. The Government does not intend to award a contract on the basis of this synopsis, or to otherwise pay for the information solicited herein. Submission of any information in response to this RFI is purely voluntary - the Government assumes no financial responsibility for any costs incurred. Responses will be used by the Government for informational purposes only as part of its acquisition planning. Information obtained from responses to this RFI will not be used to exclude potential future bidders if this effort becomes an acquisition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8802-18-R-0002/listing.html)
 
Place of Performance
Address: Los Angeles Air Force Base, El Segundo, California, 90245, United States
Zip Code: 90245
 
Record
SN04750344-W 20171130/171128231326-74e9f48cdc7ed8817787cc41419338b9 (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.