The Space & Missile Systems Center (SMC) Launch Systems Enterprise Directorate is releasing a Request for Information for System Engineering and Integration (SE&I) services in support of the Vulcan New Entrant Certification and the New Entrant Certification of a possible second Launch Provider. These efforts will enable the Air Force to certify that these Launch Service Providers (LSPs) are eligible to be awarded an Evolved Expendable Launch Vehicle (EELV) launch services contract for a National Security Space (NSS) mission(s).
The Government intends to procure these services under the General Services Administration (GSA) One Acquisition Solution for Integrated Services (OASIS) Pool 5b (small business (SB)) Multiple Award Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract.
As the Government is still in the acquisition strategy and requirement definition phase, the purpose of this notice is to inform GSA OASIS Pool 5b (SB) contract holders, and potential subcontractors, of the upcoming competition. Additionally, the Launch Enterprise Directorate requests interested parties provide comments/questions on the draft requirements and evaluation documents for this upcoming solicitation. The request for comments/questions on the current requirements and evaluation documents does not restrict the Government as to the ultimate acquisition approach; and it should not be construed as a commitment by the Government. The Government will neither award a contract solely on the basis of this notice, nor will it reimburse the Offeror for costs, if any, associated with this RFI.
At this time, the task order is anticipated to include a Cost Plus Fixed Fee (CPFF) pricing arrangement. Additionally, there will be Cost Reimbursement (no fee) CLINs for GSA Contract Access Fee (CAF) and Travel. The CAF will be implemented as a contractor payment to GSA. The tentative release date of a final RFP is March 2016, with a tentative award date of September 2016. The Period of Performance will be one base year with 3.5 option years from commencement in 2016.
Organizational Conflict of Interest (OCI) will be assessed for this acquisition. In order to identify and evaluate OCI as early in the acquisition process as possible, the Contracting Officer requests that potential Offerors (and team members) submit OCI Analysis identifying any actual or potential OCIs as soon as possible. The Government will review these early submissions as soon as possible, but the Government may be unable to respond to all Offerors' responses in advance of the date set for submission of Offerors' proposals.
The Government will be hosting a Technical Interchange Meeting (TIM)/Industry Day on 17-18 February 2016, to allow direct industry feedback. The TIM will be held at Los Angeles Air Force Base in El Segundo, CA. Any additional information with regard to the TIM will be submitted to all GSA OASIS Pool 5b (SB) awardees via the centralized Pool 5b (SB) email oasis-sb-awardees-pool-5b@gsa.gov.
All future correspondence with regard to this acquisition will be sent directly to GSA OASIS Pool 5b (SB) contract holders. Contractor's seeking subcontracting opportunities, please contact the OASIS Pool 5b (SB) contract holders directly. A list of the contractors can be found at the link below:
http://www.gsa.gov/portal/content/206191
*Please be sure to search the OASIS SB Contractor Pool.
The Government requests that interested parties forward their comments on the draft documents to the Contracting Officer, no later than 1600 PST, 23 February 2016. Interested parties shall utilize the Comment Resolution Matrix (CRM) provided. Send comments to the following:
Ms. Tawana Jackson, Contracting Officer, by email at tawana.jackson.1@us.af.mil
Mr. Michael Mcginnis, Contract Specialists, by email at michael.mcginnis.3@us.af.mil (cc)
Lt Leticia Hunt, Contract Specialists, by email at leticia.hunt.2@us.af.mil (cc)
Tawana Jackson, Contracting Officer, Phone 3106533635, Email tawana.jackson.1@us.af.mil - LT Leticia Hunt , Contract Specialist, Phone 3106532552, Email leticia.hunt.2@us.af.mil