•- Offutt AFB (Omaha, NE)
•- Whiteman AFB (Kansas City, MO)
•- Minot AFB (Minot, ND)
•- Grissom AFB (Peru, IN)
•- Fairchild AFB (Spokane, WA)
•- Beale AFB (Yuba City, CA)
•- Barksdale AFB (Shreveport, LA)
Statement of Capability (SOC) Submittal:
Contractors must include the following information, at a minimum, as part of their SOC submission:
Relevant capability, experience and/or expertise:
•- To maintain system documentation and provide engineering drawings, written documentation to update technical orders and training material due to design change or modification in support of the AACE system
•- To participate and provide documentation, such as briefing slides or support documentation for Program Management Reviews (PMR's) in support of the AACE system
•- To provide telephonic technical support for Line Replaceable Unit (LRU) and components (i.e. consumable items; surge arrestors, filters), field maintenance repair guidance, troubleshooting, operations, maintenance and sustainment of the AACE system
•- To provide on-site technical support for LRU's and System troubleshooting and maintenance of the AACE system
•- To provide on-site technical training for Operations and Maintenance on the AACE system
•- To re-design, develop, produce, install, test, validate and verify modifications and/or technology refresh equipment in support of the AACE system
•- To provide configuration control in support of the AACE system
•- To conduct studies and analysis of reliability/maintainability, modifications, support equipment and design changes in support of the AACE system
•- To design, manufacture, test, and deliver spares in support of the AACE system
•- To continue and maintain the Item Unique Identification (IUID) program being implemented under the AACE Technical and Engineering Support Services contract in support of the AACE system
•- To have personnel with Secret security clearances upon contract award
•- To travel to all AACE site locations
•- To proactively identify, assess, and analyze part availability/obsolescence issues of the AACE system
•- To provide a recommended resolution on part availability/obsolescence issues of the AACE system
•- To implement resolution of part availability/obsolescence issues on the AACE system
The anticipated period of performance is one base year with four one-year options. If the Government elects to do so, a projected Request for Proposal (RFP) release date for this effort is estimated to be in the July - August 2016 timeframe.
List of Abbreviations and Acronyms:
AACE Aircraft Alerting Communications EMP
AFB Air Force Base
CA California
CAGE Commercial and Government Entity
CJCSI Chairman of Joint Chief of Staff Instruction
CO Colorado
DUNS Data Universal Numbering System
EMP Electromagnetic Pulse
HEMP High Altitude Electromagnetic Pulse
IAW In Accordance With
IN Indiana
IUID Item Unique Identification
LA Louisiana
LRU Line Replaceable Unit
MILSATCOM Military Satellite Communications
MO Missouri
NAICS North American Industry Classification System
ND North Dakota
NE Nebraska
N/A Not Applicable
OCI Organizational Conflict of Interest
OSS&E Operational, Safety, Suitability and Effectiveness
PMR Program Management Review
RFP Request for Proposal
RSU Remote Sounding Unit
SBA Small Business Administration
SMC/MCL Space and Missile Systems Center/MILSATCOM Logistics and Operations Support Division
SOC Statement of Capability
WA Washington
•(1) Place of Contract Performance: Multiple AACE sites requiring engineering support
•(2) Set-aside Status: N/A
•(3) North American Industry Classification System (NAICS) Code: 541330 Engineering Services; Small Business Size standard: $15.0M
Interested parties are invited to submit an unclassified SOC within 15 calendar days of this announcement addressing the capability to satisfy the above AACE engineering support requirements to:
SMC/PKJ, 1050 E Stewart Avenue Bldg 2025, Peterson AFB, CO 80914-2902
Attn: Janet Stinson, Contract Specialist (e-mail: [email protected] .mil) and Russell J. Shaw, Jr., Contracting Officer (e-mail: [email protected] .mil
Oral communications are not acceptable.
All SOC responses will not exceed 5 single-sided pages and must conform to 8.5 x 11-inch pages with font no smaller than 12-point and a minimum of 1-inch margins.
The SOC must include single page cover letter with the following information:
•A. Company Name, Commercial and Government Entity (CAGE) Code, Data Universal Numbering System (DUNS) Number, and Mailing Address
•B. Point(s) of Contact including position within company, telephone number and email address
•C. Business Information
•D. Small Business Administration (SBA) Business size standard for NAICS Classification 541330
•E. Business or Entity Type and Domestic or Foreign Ownership Representation
•F. Representation and Certification of any socio-economic indicators and/or status
•G. Proposed Role: Prime or Subcontractor
•H. Description of proposed subcontracting, teaming, partnering, mentoring or other business relationship
•I. Any potential Organizational Conflict of Interest (OCI) issues
The SOC must include the following information:
•A. Capability, experience and expertise to fully satisfy the Government's AACE engineering support performance requirements
•B. Other Experience and expertise to be considered
All responsible sources may submit a SOC, which will be considered as part of the market research necessary to develop an acquisition strategy. Responses from small business and small disadvantaged business firms are desirable and highly encouraged. If interested only in subcontracting possibilities, please indicate this clearly in the SOC submission.
This synopsis is for information and planning purposes ONLY; it does not constitute a RFP. Any information submitted in response to this synopsis is strictly voluntary. Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government.
Any response to this synopsis is not an offer and cannot be accepted by the Government to form a binding contract. The Government will not recognize any cost associated with the submission of a SOC. The Government will use any information received in response to this Sources Sought Synopsis for planning purposes in support of its market research and to improve its understanding of industry capabilities.