Federal Bid

Last Updated on 07 Sep 2011 at 8 AM
Special Notice
Stewart Tennessee

R -- CLASS Indirect

Solicitation ID FA8823-07-D-0004
Posted Date 19 Aug 2011 at 2 PM
Archive Date 07 Sep 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Stewart Tennessee United states
The Space and Missile Systems Center (SMC), Space Logistics (SL) Directorate, Peterson Air Force Base, Colorado, intends to modify the existing Consolidated Logistics Advisory and Assistance Services (CLASS) Indirect, Contract FA8823-07-D-0004, to increase the contract ceiling $5 million dollars, from $25 million to $30 million and to extend the contract ordering period for 6 months from 31 Dec 2011 to 30 Jun 2012. This ordering period extension and ceiling increase are necessary to avoid a break in mission-critical services while the follow-on competitive source selection is completed. The incumbent contractor is Delta Solutions & Strategies, a Woman-owned Small Business, 1625 S. Murray Blvd, Colorado Springs, Colorado. CLASS Indirect supports the various missions, as well as command, control, communications, and intelligence activities within SMC/SL to sustain and improve space weapons systems. This contract augments SMC/SL logistical support to various space programs, including Air Force Satellite Control Network (AFSCN), Spacelift Range System (SLRS), Global Positioning Systems (GPS), Defense Meteorological Satellite Program (DMSP), Military Satellite Communications (MILSATCOM), and Space-based Infrared Systems (SBIRS). SMC/SL also provides support to the assigned Product Support Managers (PSMs) and System Program Directors (SPDs) in meeting life-cycle performance and cost requirements for the Air Force Space Command (AFSPC) and Air Force Weather Agency (AFWA) missions.

The ceiling increase and extension of the contract performance period will allow for continued infrastructure non-personal advisory and assistance services (A&AS) through a single vehicle to optimize efficiencies for planning, programming, sustainment and implementation cycles, development of policy, decision making, management and administration, etc. The effort also provides analysis/recommendations to research and development activities along with engineering and technical advice. This extension is necessary for continued infrastructure support until the follow-on Space Logistics Infrastructure Support Services (SLISS) contract is competitively awarded (Solicitation FA8823-12-R-0002). The SLISS contract is anticipated to provide:
1)Information technology and communications systems management and engineering;
2)Facilities planning and security support, including 24/7 access control:
3)Office administration;
4)Financial management for weapons systems;
5)Engineering support services; and
6)Human resources management.

Currently, the SLISS acquisition is being prepared with an anticipated award date of 31 May 2012. However, until the follow-on contract is awarded, the CLASS Indirect services must continue in order for SMC/SL to meet its mission requirements. The contract modification will include a $5 million increase to the CLASS Indirect contract, from $25 million to $30 million as well as a 6-month extension to the ordering period, from 31 Dec 11 to 30 Jun 12.

The government is pursuing this action on a sole-source basis under the statutory authority of 10 U.S. C. 2304 (c)(1) as implemented by the Federal Acquisition Regulation (FAR) 6.302-1 "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements." This notice of intent is for information purposes only and is not a request for competitive proposals. Requests for a solicitation will not receive a response.

Interested parties, including small and small disadvantaged businesses, may identify their interest and technical capability, and submit information which shall be considered by the agency. The NAICS code for this effort is 541712 R&D in Physical, Engineering, and Life Sciences (except Biotechnology). The Small Business Size Standard is 1,000 employees under the exception for Space Vehicles and Guided Missiles, their Propulsion Units, their Propulsion Units Parts, and their Auxiliary Equipment and Parts. Interested parties must show capability to fulfill Government's immediate, short-term need for the effort described above. This notice expires 15 days after publication. Capabilities information may be emailed to Ms. Margaret Zancanella, Contract Specialist, at [email protected]. Responses from small and small disadvantage business are encouraged.

AFFARS 5352.201-910 OMBUDSMAN (APR 2010)

(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern.

(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).

(c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen. The SMC Ombudsman is:
Mr. James H. Gill
Phone: (310) 653-1789
Email: [email protected]'
Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067.

(d) The ombudsman has no authority to render a decision that binds the agency.

(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.

(End of clause)

Bid Protests Not Available

Similar Past Bids

Stewart Tennessee 03 Dec 2012 at 4 PM
Kansas Not Specified
Peterson Alabama 14 Mar 2012 at 9 PM
Washington District of columbia 20 May 2015 at 7 PM
Wickenburg Arizona 13 Sep 2010 at 5 PM

Similar Opportunities

Rohnert park California 22 Jul 2025 at 3 PM
Ridgecrest California 31 Mar 2026 at 4 AM (estimated)
Patrick air force base Florida 16 Jul 2025 at 6 PM
Ridgecrest California 22 Oct 2025 at 4 PM