SOLICITATION NOTICE
R -- B-2 Nuclear Armament Technical Order Support
- Notice Date
- 1/15/2020 2:59:10 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- FA8110 AFLCMC WWK TINKER AFB OK 73145 USA
- ZIP Code
- 73145
- Solicitation Number
- FA8110-20-R-0003
- Response Due
- 1/20/2020 2:30:00 PM
- Archive Date
- 02/04/2020
- Point of Contact
- Shomari Wilson, Vanessa Harris
- E-Mail Address
-
shomari.wilson@us.af.mil, vanessa.harris.1@us.af.mil
(shomari.wilson@us.af.mil, vanessa.harris.1@us.af.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in� FAR Subpart 12.6, as supplemented with additional information included in this notice. �This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.� The Air Force Material Command (AFMC) at Tinker Air Force Base (AFB), Oklahoma intends to compete a Firm Fixed Price (FFP) contract for B-2 Nuclear Armament Technical Order (TO) Support. �The requirements include technical order support in the following areas: �Editorial Support, Technical Data History/Record Management, TO Conference Support and Data Research [ex. Source Maintenance & Recoverability (SMR) Code, Commercial & Government Entity (Cage) Code, etc.] The period of performance will be for three (3) years total. �Including one (1) base year and two (2) option years. Full synopsis/solicitation details are inculded in the attached document. Proposal information on CD-R/W or DVD-R/W media types are not acceptable.� Solicitation Questions & Answers: Due to the technical nature of this work this does not seem like a good candidate for LPTA, per DFARS 215.101-2-70 (Limitations and Prohibitions), and seems more suited to a tradeoff acquisition type. What is the reasoning of choosing LPTA over other acquisition types? The Air Force has determined that Lowest Price Technically Acceptable (LPTA) is the appropriate source selection procedure for this effort. With this being classified updates to nuclear weapon armament data we do not agree that this acquisition would qualify as a commercial acquisition.� Please provide reasoning for utilizing commercial acquisition procedures. � None of the information is classified (PWS paragraph 4.1.2.1).� However, per the description of services, this effort does require special care because the TOs are controlled items and designated as Air Force Nuclear Enterprise (NE) Controlled Unclassified Information (CUI) and Technical Information (TI).� Commercial acquisition procedures will be utilized for this effort. In regards to FA8110-20-R-0003 B-2 Nuclear Armament Technical Order Support the competition type is Full and Open/ Unrestricted, but the size standard is $16.5M. Can the Government please clarify?� The B-2 Nuclear Armament Technical Order Support acquisition is for full and open competition.� All capable sources are encouraged to bid. Per the requirements for this effort, a Secure Video Teleconferencing capability is required. Will the Government allow the contractor to utilize a Government Facility for this requirement?� The Air Force will not allow the contractor to utilize a government facility for this requirement. Estimates of investment for a Secure Video Teleconferencing capability is significant for a Small Business Under 16.5M, will the Government consider changing the size standard to just Full and Open or dropping the requirement? The requirement will remain as stated in the solicitation. Page 1 Proposal Submission Information states �Please note, Emailed proposals are preferred.�� Section L states the �offeror shall submit 01 hard copies and 01 electronic copies of the proposal.��� Does Section L take precedence?� Emailed proposals are preferred, either are acceptable. PWS Para 1.0.f. and 1.0.h.III. The PWS defines drawings as �Create 3D model drawings from source data�� that are to be a firm fixed price.� This prompts two questions:� Does the Government have a baseline number of parts that can be provided to scope an average 3D model to be prepared? Baseline of three parts. Can the Government provide a CDRL, specification and DiD for the 3D models to be provided? A CDRL for the 3D models will not be provided.� The models would be the same as delivered in a Tech Data Package List, if needed.� PWS Para 1.1.2.l directs the contractor to �convert source data and IPBs to Electronic Bill of Materials (EBOM)�.� Can the Government provide a CDRL, specification and DiD for EBOM format? A CDRL will not be provided.� The Bill of Materials can be delivered in contractor format (.xls etc). PWS Para 4.6 states �The Contractor shall acquire/procure at contractor�s expense, any additional hardware and software not provided by the Government as required to accomplish the tasks listed in the PWS.�� What GFP is available to be provided to the contractor? There will not be any Government Furnished Property provided.� The Air Force expects the contractor to have the necessary hardware and software to perform the work. Attachment 4 ITO 4.2.4 states �All dollar amounts except line shall be rounded to the nearest penny.�� What line? All dollar amounts shall be rounded to the nearest penny.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a8f0bd4b36ec494f9ae284e3042e2669/view)
- Place of Performance
- Address: Tinker AFB, OK, USA
- Country: USA
- Country: USA
- Record
- SN05535401-F 20200117/200115230155 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |