Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 30, 2020 SAM #6636
SOLICITATION NOTICE

A -- Rocket Systems Launch Program Mission Assurance (RSLP MA) DRAFT RFP FOR COMMENT

Notice Date
1/28/2020 9:43:40 AM
 
Notice Type
Presolicitation
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
FA8823 HQ SMC PK SLK/PKL PETERSON AFB CO 80914 USA
 
ZIP Code
80914
 
Solicitation Number
FA8818-18-R-0003
 
Response Due
2/11/2020 11:00:00 AM
 
Archive Date
02/28/2020
 
Point of Contact
Alicia L. Cawley, Contracting Officer, Phone: 505-846-3640, April Miller, Phone: 505-853-8303
 
E-Mail Address
alicia.cawley@us.af.mil, april.miller@us.af.mil
(alicia.cawley@us.af.mil, april.miller@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
REQUEST FOR COMMENTS ON RSLP MISSION ASSURANCE DRAFT RFP The Air Force is seeking industry feedback on the Rocket Systems Launch Program Mission Assurance (RSLP MA) Draft Request for Proposal (DRFP); the program includes systems engineering, risk management, technical analysis,�Independent Verification and Validation (IV&V) and quality assurance for RSLP Launch Missions, and planning and analysis for logistics concerns such as motor/component sustainment, Aging Surveillance (AS), motor refurbishment, booster build, booster test, transportation/handling, and system integration.� The Program Office is requesting� industry feedback which may be incorporated in order�to improve the quality of the RSLP MA RFP (projected to be released 01 Mar 2020).� RSLP MA�s DRFP is included as attachments to this announcement. Please provide your feedback using the provided MS Excel Comment Resolution Matrix (CRM).� Responses to this request for feedback (do not include proprietary information) are to be submitted no later than�11 February 2020�at�12pm (MST).� Additional information, which is integral to this RFP and which will ultimately be necessary to submit a proposal, is included in the Bidders� Library which is available upon request from the Primary POC (Alicia Cawley, Contracting Officer).� We request that interested parties focus on the�following�areas in response to this posting. Any additional comments will be greatly appreciated: Evaluation Criteria in Section M and Section L�Requirements Recommended Fee, min/max and share ratio for cost over/underruns and supporting�rationale Alternative recommended incentives for this contract Draft PWS and CDRLS Adequacy of information provided to prepare your proposal Adequacy of time to prepare the proposal (30 Calendar Days) The RSLP MA Bidder's Library is available to interested parties, by request only. The library provides a collection of relevant program guidance and reference documents not generally available to the public which are necessary�for offerors�to�ultimately prepare proposals to be eligible for award. The RSLP MA Bidder's Library will be sent within 24 hours of request via FEDEX Priority Overnight. Parties interested in accessing the RSLP MA Bidder's Library should send their requests to the PCO�s email address below. The requests should include: Company name; Company mailing address; Commercial and Government Entity (CAGE) code; point-of-contact (POC) name, POC email and POC phone number. Foreign firms will not be allowed to participate in this acquisition at the prime contractor level and are not eligible to receive the Bidder's Library. This request is to survey industry, for planning purposes, and does not constitute an invitation for bids, request for proposals, quotes, or indication that the Government will contract for the items contained in this notice.� The Government will not reimburse respondents for any costs associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses. This is a small business set-aside; the small business size standard is 1250 employees. The North American Industry Classification System (NAICS) code for this effort is 541715. The following is a list of attachments included for this posting: 1.Draft Model Contract FA8818-18-R-0003 2.Draft Section J Attachments Attachment 1 - BASIC IDIQ PERFORMANCE WORK STATEMENT(PWS) Attachment 2 - CONTRACT SECURITY CLASSIFICATIONSPECIFICATION (DD 254) Attachment 3 - ORDERING GUIDE Attachment 4 - TASK ORDER RATES FOR PRIME/TEAMING PARTNERS/MAJOR SUBCONTRACTORS (TBD) Attachment 5 - BASE SUPPORT AGREEMENT Attachment 6 - GOVERNMENT FURNISHED PROPERTY (GFP) LIST Attachment 7 - CONTRACT WORK BREAKDOWN STRUCTURE (CWBS) (TBD) 3.� Draft Section J Exhibits (CDRLS) Exhibit A � CLIN 0001 CORE EFFORT Exhibit B � CLIN 0003 MISSION SUPPORT Exhibit C � CLIN 0005 LOGISTICS SUPPORT Exhibit D � CLIN 0007 CONCEPT ANALYSIS Exhibit E � CLIN 0009 KNOWLEDGE DEVELOPMENT Exhibit F � CLIN 0011 TRANSITION 4.� Draft Section L 5.� Draft Section M 6.� RSLP MA Draft RFP Comment Resolution Matrix (CRM) All responses and questions related to this request for feedback shall be submitted to all of the email addresses below and shall include the contact information of the requestor. Alicia Cawley, Contracting Officer� email:� �alicia.cawley@us.af.mil April Miller, Contract Specialist��� email:� april.miller@us.af.mil PLEASE NOTE THAT THE CONTRACTING OFFICE ADDRESS LISTED IN THIS POSTING IS INCORRECT.� THE CONTRACTING OFFICE IS SMC/PKT, 3548 ABERDEEN AVE SE, KIRTLAND AFB, NM� 87117 (NOT PETERSON AFB)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/386694330669472d824a74673d2ff4d0/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05545104-F 20200130/200128230146 (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 |
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.