Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 27, 2021 SAM #6999
SOLICITATION NOTICE

R -- Prototype Operations I (POPS-I)

Notice Date
1/25/2021 7:25:57 PM
 
Notice Type
Presolicitation
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
FA8818 ADV SYS DEVELOPMENT PKT KT KIRTLAND AFB NM 87117-0001 USA
 
ZIP Code
87117-0001
 
Solicitation Number
FA8818-21-R-0021
 
Response Due
2/9/2021 4:00:00 PM
 
Archive Date
12/01/2021
 
Point of Contact
Anna Ferguson, Mathew Pierson
 
E-Mail Address
anna.ferguson@spaceforce.mil, mathew.pierson@spaceforce.mil
(anna.ferguson@spaceforce.mil, mathew.pierson@spaceforce.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This pre-solicitation notice is to provide a DRAFT Request for Proposal (RFP) for the Prototype Operations I (POPS-I) contract. The Space and Missile Systems Center (SMC), Innovation and Prototyping Directorate (DCI) at Kirtland Air Force Base, New Mexico intends to release a solicitation for a total small business set-aside single-award IDIQ contract with Cost-Plus-Award-Fee (CPAF), Firm- Fixed-Price (FFP), and Cost CLINs to obtain on-console satellite operations support for SMC/DCI. The required services are described in the draft RFP. Background: In September 2019, a Request for Information (RFI) was released to obtain Statements of Capabilities (SOC) demonstrating industry�s ability to meet the POPS-I mission requirements for satellite operations and support services at the Research, Development, Test, and Evaluation Support Complex (RSC) at Kirtland AFB, NM and satellite operations support to various entities including, but not limited to, Schriever AFB, CO. SMC/DCI contemplates releasing the final POPS-I RFP in April 2021 and awarding the POPS-I contract in December 2021. An Industry Day is being planned on 16�Feb 2021 to inform interested offerors of the development of the POPS-I requirements. Given current restrictions for in-person gatherings, this event will be virtual and will be held via Microsoft Teams. Questions from Industry are being requested via the attached CRM (See below) by 9�Feb 2021. The Government intends to address these questions during the presentation at Industry Day. Please send inquiries regarding Industry Day logistics to mathew.pierson@spaceforce.mil AND anna.ferguson@spaceforce.mil. by 11 Feb 2021, 5:00pm�MST Specifically, the Government would like to discuss the following: CPAF contract type and Award Fee Plan Organizational Conflict of Interest (OCI) provisions Section L & M evaluation criteria Based on the initial Government Organizational Conflict of Interest (OCI) analysis of this acquisition, there is a potential appearance of unequal access, biased ground rules, and impaired objectivity for prime contractors on the following contracts/efforts to be the prospective prime on POPS-I: Engineering, Development, Sustainment and Integration (EDIS) Management Operations, Enterprise Architecting, Test & Validation, Integration and Systems Engineering (METIS) Mission Unique Software (MUS), Application, Services Developers Any others as deemed necessary by the Contracting Officer. In accordance with FAR Part 15.201, Exchanges with Industry before Receipt of Proposals, SMC/DCI is pleased to provide copies of the draft RFP for the POPS-I program. This draft RFP is provided to assist prospective offerors in the planning and development of proposals for future submission pending release of the final version. The information in this draft pre-solicitation is subject to change prior to release of the final RFP. The final RFP is scheduled to be released in 2QFY21. The North American Industry Classification System Code is 541715. It is the responsibility of the prospective contractors to be familiar with the applicable clauses and provisions. Most of the SMC compliance documents can be located at Everyspec.com. The POPS-I team is encouraging industry input, comments, and questions from all interested companies. The purpose of exchanging information is to identify and resolve concerns regarding the acquisition and to improve the understanding of Government requirements and industry capabilities, thereby allowing potential offerors to judge whether or how they can satisfy the Government's requirements, and enhancing the Government's ability to obtain quality supplies and services at reasonable prices, and increase efficiency in proposal preparation, proposal evaluation, negotiation, and contract award. The government intends to post all questions/comments with answers on Beta.Sam.gov, unless the questions/comments are marked company proprietary. Please limit the proprietary questions/comments as much as possible. The POPS-I team is interested in industry comments and feedback in the following key areas: Unlimited Government Data Rights and request specifics on anticipated cost impact. Performance Work Statement (PWS) structure for ease of proposing Work Breakdown Schedule (WBS) FFP contract type for Transition Task Order Award Fee Plan Documents provided in Bidders� Library Evaluation criteria in Sections L&M Please provide your inputs, comments, and questions regarding the draft RFP via the attached Comment Resolution Matrix (CRM) to the following inbox: mathew.pierson@spaceforce.mil AND anna.ferguson@spaceforce.mil no later than 9�Feb 2021. Vendors must be registered in the System for Award Management (SAM) prior to the award of any contract. You may register at www.sam.gov. This pre-solicitation notice is for planning purposes only and does not commit the Government to any contractual agreement. The Government will not award a contract based upon vendor responses to this announcement. The Government does not assume any costs associated with obtaining the draft solicitation documents or industry responses to the draft solicitation documents. Attachments: (NOTE: please request access on beta.Sam.gov to view attached documents) Model Contract (Sections A-K) Exhibit A � Contract Data Requirements List (CDRL) Attachment 1 � POPS-I Basic IDIQ Performance Work Statement (PWS) Attachment 2 � POPS-I Ordering Instructions Attachment 3 � Draft Award Fee Plan Attachment 4 � DD254 Attachment 5 � OCI Migitation Plan Checklist Attachment 6 � Rates Attachment 7 � POPS-I OCI Solicitation Instructions Attachment 8 � Base Support Plan Attachment 9 � POPS-I Mission PWS On-Orbit 1 Attachment 10 � POPS-I Mission PWS On-Orbit 2 Attachment 11 � POPS-I Mission PWS On-Orbit 3 Attachment 12 � POPS-I Mission PWS On-Orbit 4 Attachment 13 � POPS-I Mission PWS Pre-Launch 1 Attachment 14 � POPS-I Mission PWS Pre-Launch 2 Attachment 15 � POPS-I Support Services PWS Attachment 16 � POPS-I Transition PWS Attachment 17 � Associate Contractor Agreement Attachment 18 � NA (There is no attachment 18) Attachment 19 � Staffing Skills Mix Description Attachment 20 - Section L Instructions for Proposal Preparation for POPS-I Attachment 21 - Section M Evaluation Factors for POPS-I CRM The Space Force has established a bidder�s library containing information pertinent to the POPS-I effort. The program office has established a bidder�s library in advance of the draft RFP release. Bidder�s library documents are available only upon request. Requests can be made by providing the following information to mathew.pierson@spaceforce.mil AND anna.ferguson@spaceforce.mil Requestor Name (Last, First, MI): Requestor E-Mail Address: Company/Organization: Requestor�s position within the Company: Company Address: Cage Code: DUNS #: Is this package (attachment) sensitive/secure? No
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c7af06f112994f42b3dca8456d74c9b1/view)
 
Place of Performance
Address: Albuquerque, NM, USA
Country: USA
 
Record
SN05898847-F 20210127/210125230101 (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.