News

Systems Engineering and Technical Assistance (SETA) VI

Type of document: Contract Notice
Country: United States

Systems Engineering and Technical Assistance (SETA) VI

Agency:
Department of the Air Force

Zip Code:
Total Small Business

Contact:
Maria Jaine A. Sipin, Phone 8508847829, Email maria_jaine.sipin@us.af.mil

Link:

Date Posted:
30/03/2017

Classification:
R

Contract Description:
THIS IS A SOURCES SOUGHT NOTICE and NOT a Request for Proposals (RFP) OR a commitment by the US Government. Offers or proposals will not be accepted. This is not a presolicitation or solicitation. Additionally, this notice does not obligate the Government to award a contract and, it does not obligate the Government to pay for any bid and/or proposal preparation costs.

PURPOSE OF NOTICE: The Air Force Installation Contracting Agency (AFICA) 765th Specialized Contracting Flight (SCONF) supporting Headquarters Air Force Special Operations Command (HQ AFSOC) at Hurlburt Field, Florida anticipates releasing a Total Small Business Set-Aside Request for Proposal (RFP) under Solicitation Number FA0021-17-R-0005, with a draft RFP release anticipated Mid March 2017. The title for this solicitation is Systems Engineering and Technical Assistance (SETA) VI and is for Advisory & Assistance Services (A&AS) (ref FAR Part 37.2) at HQ AFSOC. SETA VI will provide various A&AS and Non-A&AS support to HQ AFSOC directorates and other Special Operations Forces (SOF) activities.

SCOPE OF CONTRACT: HQ AFSOC has a continuing requirement for contract support for both A&AS and Non-A&AS services in CONUS and OCONUS locations. SETA VI A&AS support includes: Management and Professional Support Services; Studies, Analyses, and Evaluations; and Engineering and Technical Services; plus other Non-A&AS services necessary to support the mission. All HQ AFSOC directorates are considered primary using activities for this contract effort; however, other organizations and agencies assigned to directly support, or be supported by, HQ AFSOC may require similar A&AS or Non-A&AS services on an тАЬas neededтАЭ basis; i.e.,1st Special Operations Wing (Hurlburt Field), 24th Special Operations Wing (Hurlburt Field), 27th Special Operations Wing (Cannon AFB), and other AFSOC supported SOF entities.

GENERAL CONTRACT WORK: The Basic Contract Statement of Work (SOW) will define general Task Order (TO) requirements and a list of mission descriptions for the various HQ AFSOC directorates (or functional areas) which may need support. The general nature of the work to be performed for any HQ AFSOC directorate shall be specifically identified at the TO level. This requirement mandates that the contractor maintain cognizance of, and expertise in, key technical and programmatic issues regarding the programs assigned to each applicable directorate. The nature of this work will at times demand that the contractor be capable of quick response to tight deadlines. The contractor may be required to analyze position papers, plans or briefings, or may be required to evaluate technical issues on short notice.

SERVICES SHALL INCLUDE, BUT ARE NOT LIMITED TO: Assist in all management services and support within HQ AFSOC, Surgeon GeneralтАЩs (SG) directorate and administration office space; assist in management and consultation services necessary to support AFSOCтАЩs Military Housing Privatization Initiative; assist in support of U.S. Air Force (USAF), U.S. Special Operations Command (USSOCOM) and other-agency small and large Unmanned Aircraft Systems (UAS); assist in Joint Terminal Attack Control (JTAC) program management and Small Unmanned Aerial Systems (SUAS) program management in support of AFSOC units to include JTAC, JTAC-Instructor (I), JTAC- Stan/Eval Examiner (SEE), Close Air Support (CAS) simulator operations, SUAS pilot, SUAS simulator operations and SUAS instructor duties on local and off-station ranges; Provide support to HQ AFSOC/A3T training, weapons and tactics programs, including cradle to grave requirements for training and tactics for each weapon system; Provide support in operations management, to include functions related to current operations, scheduling and training in order to meet contingency commitments; The contractor shall provide management and professional support, assistance, advice, or training and academic support for the efficient and effective management and operation of Plans and Programs (A8) and Logistics (A4) organizations, activities, or systems; Perform analysis and planning activities in support of the Special Tactics (ST) combat force, focusing on two major areas: operations and training analysis; Assist in ensuring USAF SOF personnel are properly organized, trained, and equipped by performing a wide range of research, analysis, and administrative activities in support of the USAF SOF mission; Provide program management and technical support for the acquisition and sustainment of the different weapon systems for AFSOC; Conduct analysis, research, training development, instruction, and management support to implement and sustain the required elements of the AFSOC tactics program to ensure that the commandтАЩs crews are prepared to conduct operations in hostile environments and survive.

EXAMPLES OF SPECIALIZED EXPERIENCE: Interaction with medical Subject Matter Experts (SMEs) to identify potential issues requiring medical research; provide analysis of potential medical research requirements; refine, define and validate medical research requirements; develop and vet medical research proposals with research agencies, academia and any potential funding sources; manage medical research initiatives, projects and programs; and support transition of results to USAF operational missions; provide specialized program knowledge and technical guidance to HQ AFSOC/SG and other commanders/directorates on program implementation, administration, effectiveness, and evaluation of this program; support HQ AFSOC at Hurlburt Field, Florida and provide day-to-day project management support to HQ AFSOC. Services shall include providing technical advice, tracking action items, monitoring and reporting project status, arranging and attending meetings at the AFSOC or base representative, recording/writing minutes, and updating the web pages; includes establishing and managing information processes for UAS; design and development of UAS training materials; assessment and recommendations for regulatory guidance to support a UAS program; implementation and sustainment of UAS program management processes; formulation of doctrine and concepts of operations (CONOPS) utilizing various UAS classes; and facilitating overarching guidance with respect to airspace management, deconfliction, and integration into theaters of operation; provide all personnel and other services necessary to perform JTAC/JTAC-I/JTAC-SEE control duties, SUAS pilot and instructor duties, operator maintenance of SUAS, simulator operations, and limited training of Air Force or other joint agency personnel as outlined in this Performance Work Statement, in accordance with pertinent USSOCOM, USAF, AFSOC, 1 SOW, 24 SOW, 27 SOW and applicable squadron directives; management support of deficiencies/needs identification include supervision of the implementation of, and upgrades to, training devices; courseware; tactics, techniques, and procedures (TTP), for current and emerging missions and weapon systems; management support of deficiencies/needs identification include supervision of the implementation of, and upgrades to, training devices; courseware; TTP, for current and emerging missions and weapon systems; review, consolidate, analyze, and document significant trends and lessons learned from ongoing contingency/wartime operations and continually evaluate strategic and performance plans based on this analysis; duties include preparation and staffing of headquarters-level position, background papers, briefings and executive level summaries; briefing Senior USAF Leaders; reviewing classified documents and providing analysis for plans and position papers; preparing formal responses to Joint Staff and Office of Secretary of Defense (OSD) taskings regarding SOF operational matters; and performing duties in the Air Force Operations Center during crises or exercises; develop policies, procedures, and planning related to capability requirements, and operational test and evaluation (OT&E); aid in the conversion of AFSOC concepts, roles, and missions into qualitative operational requirements for the different weapon and support systems, and assist in evaluating weapon system capabilities to meet Joint Operational Requirements Document (JORD) requirements, including unique avionics systems and associated weapon system interfaces; conduct information management; develop, maintain and update aircrew training courseware; and maintain, update and instruct tactician training courseware; include information technology consulting services, such as information technology architecture design and capital programming, investment control support services, software services such as implementing a web-based and commercial off-the-shelf software product that is an integral part of a consulting services contract.

CLEARANCE REQUIREMENTS: In accordance with Air Force Instruction (AFI) 31-501, Personnel Security Program Management, the following is required for both classified and unclassified contracts. Unclassified TOs requiring access to the Non-Secure Internet Router Network (NIPRNet) will require a National Agency Check with Inquiries (NACI) as a minimum. Classified TOтАЩs (Secret & Top Secret) require the contractor to have the minimum clearance/investigation National Agency Check, Local Agency Checks and Credit Check (NACLC) for Secret and SSBI for Top Secret (TS) access and TS/ Sensitive Compartmented Information (SCI) access. Employees working TS/SCI tasks shall be capable of being cleared for applicable Special Access Program (SAP) in-briefs in limited time. Contractor employees requiring clearances must have the clearances in place prior to beginning work or accessing classified information. The contractor shall submit a visit request to the using organizationтАЩs security manager via the Joint Personnel Adjudication System (JPAS) system prior to start of each TO.

CONTRACTOR INSTALLATION ACCESS REQUIREMENTS: Contractor personnel will be issued the Common Access Card (CAC) per Homeland Security Presidential Directive-12 (HSPD-12), which mandates policy for a common identification standard for all Federal employees and contractors. The Contractor Verification System (CVS) is the primary source used for issuance of the CAC. The contractor shall provide a copy of the applicable security clearances to the Contracting Officer Representative and the using organizationтАЩs Trusted Agent for verification in the Joint Personnel Adjudication System (JPAS) system prior to start of each TO. Unit-appointed trusted agents will enter personnel data into CVS after verifying a contractor has as a minimum of a (NACI) or equivalent national security clearance (NACLC).

GENERAL INFORMATION: This acquisition is set-aside for small business under NAICS 541330 utilizing Standard Size Code of $35.5M. Note тАУ at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the small business concern (FAR 52.219-14, Limitations on Subcontracting). The Government anticipates issuing four (4) awards of non-commercial Indefinite-Delivery / Indefinite-Quantity (IDIQ) Contracts on a firm-fixed price basis with cost-reimbursable line items for travel and materials. In accordance with FAR 16.504c(2)(i)(B) the Source Selection Authority (SSA) may elect to award only one contract or none if, after the evaluation of offers, it is determined that only one offeror or none are capable of providing the services required at the level of quality required. Period of Performance: This basic contract ordering period shall not exceed a total of 5-years from contract award date; with an additional Task Order period of performance completion beyond the expiration date of the basic contract ordering period. Period of performance for task under basic contract will be specified at the Task Order level Total basic contracts estimated ceiling amounts value shall not exceed $90M inclusive of all TO awards over the five-year period. A Task Order for the minimum guarantee of $3K per contractor will be awarded at time of contract award to accommodate a post -award conference and specific deliverables.

ACQUISITION APPROACH: The Government is currently developing an acquisition strategy for the SETA VI effort. Contracting method will be in accordance with FAR Part 15, DFARS 215; and AFFARS 5315. The Government reserves the right to award without discussions. Source Selection Procedures will be in accordance with AFFARS 5315.3 тАУ Source Selection Procedures. The solicitation method will be (1) total business set-aside, (2) firm fixed price contract, (3) 5-year ordering period, (4) basis of award for the basic contract will be Trade-off, (5) Task Order basis for award will be detailed in task ordering procedures but will include LPTA and Best Value/Trade Off.

This is not an RFP and is not to be construed as any commitment by the Government. This notice is not an offer by the Government to enter into a contract. The Government will not pay for any information prepared or provided by interested parties. Interested Small Business concerns must identify to the contracting officer their interest and capability to satisfy the GovernmentтАЩs requirement NLT the deadline provided below.

SUBMISSION DETAILS: All interested parties are encouraged to submit a response to this SS/RFI announcement. Respnses should address the following questions:
1. Company name, cage code, address, point of contact, phone number, email address, security clearance
2. Identification of whether the company is currently designated as a Small Business as defined in FAR Part 19.1 and the appropriate category(ies) (i.e. 8a, HubZone, etc.)
3. Company description of relevant capability to provide services IAW the PWS. A brief history of the organization.
4. CompanyтАЩs prior experiences and innovative approaches in providing the services relevant to the PWS requirements.
5. CompanyтАЩs potential teammates/subcontractors (if required to ensure success)
6. What, if any, risks or unknowns would hinder your ability to meet the requirements?
7. What contract strategy would you recommend to include period of performance periods, renewal options, pricing adjustment mechanisms, contract type, basis of award, etc.? Provide separate strategies for Basic Contract and for Task Order. Please include your rational.
8. What critical evaluation criteria would differential companiesтАЩ capabilities? Explain your rational.

Interested vendors must submit to the CO their responses to the above questions no later than 7 April 2017 at 12:00PM CDT. Capability package responses and questions shall be sent electronically to the Contracting Officer, Maria Jaine A. Sipin at maria_jaine.sipin@us.af.mil. To ensure questions are answered promptly please populate the subject line with: тАЬFA002117R0005 SETA VIтАЭ. Late responses may not be reviewed.

Response Date:
040717

Sol Number:
FA0021-17-R-0005

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy