Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 10, 2021 SAM #7314
SOURCES SOUGHT

99 -- Systems Integration and Engineering Support Sources Sought Notice

Notice Date
12/8/2021 9:08:33 AM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
FA2521 45 CONS LGC PATRICK SFB FL 32925-3237 USA
 
ZIP Code
32925-3237
 
Solicitation Number
FA2521_SEnI_SourceSought
 
Response Due
1/14/2022 1:30:00 PM
 
Archive Date
01/29/2022
 
Point of Contact
Jose L. Plasencia, Phone: 3214945173, Kenyatta L. Harper, Phone: 3214945960
 
E-Mail Address
jose.plasencia.2@us.af.mil, kenyatta.harper@us.af.mil
(jose.plasencia.2@us.af.mil, kenyatta.harper@us.af.mil)
 
Description
Solicitation Number: FA2521-22-X-XXXX (TBD) Notice Type: �Sources Sought Synopsis� See Attachment: �Draft Performance Work Statement (PWS) for Systems Integration & Engineering Support Services Sources Sought � Systems Integration & Engineering Support Services This sources sought notice is for informational purposes only in conducting market research. �Space Launch Delta 45, in partnership with Space Systems Command, Launch Range Operations and Requirements (SSC/S3) and SLD 30, is seeking to find interested and qualified contractors for an upcoming follow-on System Engineering & Integration (SE&I) services contract. � The SE&I Contract is envisioned to be agile and responsive to a dynamic and increasing launch manifest that will provide engineering and integration towards Range of the Future (ROTF) Vision that focuses on transforming the current range architecture to a digital architecture, implementation of Autonomous Flight Safety Systems, and a smaller range footprint through virtualization and cloud-based range functions. The ROTF Vision prioritizes agility, responsiveness, equitable access, and resiliency with incorporation of Range Services Hosting Plat (RSHP), DEVSECOPS, continuous development and continuous integration. The LTRS consists of the Eastern Range (ER), headquarter at Patrick Space Force Base (PSFB) in Florida and the Western Range (WR), headquartered at Vandenberg Space Force Base (VSFB) in California. The LTRS is comprised of a network of equipment providing range essential services to launch customers. �These services include: Communications, Vehicle performance & Assessment, Imaging, Positive Control, Surveillance, Weather, and Planning & Scheduling. � � � This SE&I contract requires a contract structure that is flexible to meet the systems engineering and integration of evolving launch user requirements, core operational range services, hardware and software maintenance and sustainment, as well as identify and support �modernization opportunities.� This contract would locally support a variety of internal and external customers at SLD 45, SSC/S3 and SLD 45/RMD at PSFB, and SLD 30 at VSFB, CA. �(See Section 3 below for more details). � Responses to this announcement are needed to help inform acquisition planning and to identify capable sources. To efficiently and effectively deliver the required services, it is anticipated that vendors will have the following: � Experience and good past performance in delivering similar system engineering and integration services (similar in terms of size, scope, and complexity) � Staff with appropriate Secret and a limited number of Top Secret Clearances � Experience related to commercial augmentation of current or planned range services, 3rd party provisioning concepts that utilize a Plug and Play architecture approach, launch user Autonomous Flight Safety System (AFSS) enabled rockets in conjunction with other launch vehicles utilizing traditional ground-based flight safety, rocket body return concepts, and any experience supporting test operations for Major Range Test Facility Base (MRTFB) users (e.g. MDA, AFGSC, Navy, others).� � Experience delivering projects ahead or on-time and under budget and meeting or exceeding demands of an evolving and dynamic launch and range environment � Experience providing services in disparate locations while maintaining service levels � Experience to provide SE&I that improves agility, resilience and flexibility of the Ranges, to include agile software development (e.g. Platform 1, DevSecOps, Continuous Development/Continuous Integration), cloud-based data platforms, and streamlined data products and requirements generation. PURPOSE This Sources Sought notice is seeking responses from businesses that can provide the required services under the North American Industry Classification System (NAICS) Code 541715, Research and Development in the Physical, Engineering and Life Sciences (except Nanotechnology and Biotechnology). This notice is encouraging responses from qualified and capable Small Businesses primarily.�Responses from other than small businesses may be reviewed at a later time. Small Businesses that are in or are considering Joint Ventures are encouraged to respond to this source sought. The data obtained from this notice will assist the Government in understanding the capabilities available in the systems engineering and integration marketplace and aid in the development of a solicitation for SLD 45, SLD 30, and SSC/S3 SE&I Support Services. TERMS OF THIS SOURCES SOUGHT:� 1. �The Government does not intend to award a contract on the basis of this Sources Sought or reimburse any costs associated with the preparation of responses.� 2. �This Sources Sought is issued solely for informational and planning purposes and does not constitute a solicitation. � 3. �All information received in response to this notice marked ""Proprietary"" will be handled accordingly. � 4. �In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. � 5. �Responses to this Sources Sought will assist SLD 45 in determining the potential level of interest, competition adequacy, and technical capabilities of industry respondents (specifically small businesses) to provide the required products and services. � 6. �SLD 45 may also use this information to assist in developing any subsequent subcontract plans and small business goal percentages. � 7. �The Government may not respond to questions posed in Industry responses. However, based on industry responses received, this sources sought may be amended or updated and reissued, as determined by the Government. 8. �The Government does not guarantee any action beyond this notice. � 9. �Please be advised that all submissions become Government property and will not be returned. � 10. �Responses that are incomplete and/or not submitted per the Response Submission Instructions below will not be reviewed. REQUIREMENTS This market research effort is aimed to provide the information detailed below. The information will be instrumental in providing the background needed to refine requirements and form a successful acquisition strategy: Section 1 - Cover Letter. �The cover letter shall include the following:� 1. Company information - Include company name, 2 points of contact and contact information (name, address, phone number, website URL, if available, email address, and fax number), Cage Code, DUNS Number, and a short description of the company (history, experience in similar communication services activities, etc.). � 2. Company business size with socioeconomic classification based on North American Industry Classification (NAICS) Code 541715, Research and Development in the Physical, Engineering and Life Sciences (except Nanotechnology and Biotechnology). 3. Certifications - Include any accreditations and certifications the company and/or key personnel hold, such as, Program/Project Management Professional (PMP), International Organization for Standardization (ISO), Security+, etc. � 4. Teaming is encouraged to ensure an effective solution. The respondent is encouraged to utilize small and disadvantaged businesses in its project team. Please provide similar information for any team members contemplated. � 5. List any applicable GSA schedule(s) and/or GWACs or IDIQs with corresponding schedule number/contract number(s). � Section 2 � SE&I Support Services Management Expertise and/or Previous Experience 1. Describe your firm's experience in SE&I support services and best practices. Cite specific examples and the organization�s name, contract number and dollar value of the contract. 2. The Government anticipates this requirement will consist of a base 90 day transition-in period prior to full performance start date of 01 Feb 2023, 1 year base period and between 5-9 year option periods with a total contract value between $100M-$300M. � � a. Identify your firm's experience in managing an SE&I support services contract of similar size, scope, and magnitude of effort as a prime contractor. � � b. How will your firm manage personnel and financial resources to perform as a prime contractor on a $100M-$300M contract that is anticipated to require approximately 150-250 cleared technical personnel? Note: �If the requirement is set aside for small business, the clause FAR 52.219-14, Limitations on Subcontracting, will be included in the contract. �The clause requires that ""At least 50 percent of the cost of the contract performance incurred for personnel shall be expended for employees of the concern."" 3. Identify the largest SE&I services contract your firm has managed as a prime contractor. �Please include the dollar value, scope, and magnitude of effort. 4. Will teaming be required? 5. Identify the Government-wide Acquisition Contracts (GWACs) and Indefinite Delivery Indefinite Quantity (IDIQ) contracts on which your firm is a contract holder. 6. Identify your firm's facility clearance, if any. Section 3 � Capability Statement The purpose of this section is for the respondent to provide information that will assist SLD 45 with making a decision about how best to contract for the required products and services. More detail can be found in the draft SE&I PWS. The applicable North American Industrial Classification System (NAICS) is 541715 with a size standard of 1,000 in number of employees. Submit an unclassified capability statement demonstrating capability in any or all of PWS task areas. Provide specific examples of proficiency where possible. Your response should address, but not be limited to, the following: a. Please recommend labor categories to be used for these requirements. b. Briefly describe your experience in performing the work required by the draft PWS task areas. Reference the draft PWS tasks and subtask areas (please limit your response to 12 pages). �� � 1) �Program Management of SE&I support services: contract management, transitioning of SE&I service efforts, contract administration.� �� � 2) �Integration of existing programs and future efforts: out-year planning, spend planning, acquisition support, integrated master schedules, and integrating efforts between and during projects. �� � 3) �Systems Engineering (SE) Processes: managing SE processes and products, and executing SE processes. c. Section 508 Compliance: �Please provide a brief description of how you plan to comply with Section 508 of the Rehabilitation Act of 1973, as amended. Section 4 - PWS Review. �Identify areas within the draft PWS that may be unclear or where further detail would be useful. Include impacts to performance due to restrictive governing regulations (e.g., Air Force Instructions, Technical Orders, etc.) and how industry best practices could be used instead (this is excluded from the page limitation). Section 5 - Suggested Training/Certifications per Subtask. �Identify relevant training and certifications germane to the subtasks of the PWS. DISCLAIMER This Sources sought notice is not a solicitation. �This notice is issued solely for information and planning purposes and does not constitute a solicitation. �All information received in response to this notice that is marked ""proprietary"" will be handled accordingly. �Responses to the Sources sought notice will not be returned. �In accordance with FAR 15.201 (e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. �Responders are solely responsible for all expenses associated with responding to this notice. ATTENTION Although this is a Sources Sought notice only, interested parties or potential contractors must be registered with the System for Award Management (SAM) to be eligible for contract award or payment. Information on registration and annual confirmation requirements may be obtained via http://www.sam.gov RESPONSE SUBMISSION INSTRUCTIONS The responses submitted shall be in sufficient detail and clarity to provide SLD 45 with the information needed. Responses to this sources sought notice shall meet the following standards: ��� �Page Limitations� o�� �Section 1 Cover Letter: One Page� o�� �Section 2 Management Expertise and Previous Experience: Five Pages o�� �Section 3 Capability Statement: 12 Pages o�� �Section 4 PWS Review: Unlimited o�� �Section 5 Suggested Training/Certifications: Unlimited ��� �Text no smaller than 10 point font ��� �Text included in graphics, tables, and figures can be no smaller than 9 point. ��� �Limit any foldout pages to two per section. ��� �Response shall follow the order listed above to facilitate review. Corporate Branding is allowed but the section layout must be adhered to as well as page limitations. o�� �If a cover page and table of contents are used they are not included in the total page count. o�� �Fully address Sections 1-5 as outlined above.� ��� �Responses that are incomplete and or do not follow these Response Submission Instructions will not be reviewed. ��� �Please submit the information electronically in PDF format by 14 January 2022 to the Procuring Contracting Officers, Ms. Kenyatta Harper at kenyatta.harper@us.af.mil, and Mr. Jose L. Plasencia at jose.plasencia.2@us.af.mil. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/704d744b3e12479c875bbc4b1b0be27c/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06194324-F 20211210/211208230136 (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.