The RFP Database
New business relationships start here

PMEAS III


Nebraska, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SOURCES SOUGHT ANNOUNCEMENT FOR
PROGRAM MANAGEMENT, ENGINEERING, AND ACQUISITION SUPPORT (PMEAS III)


A. INTRODUCTION
1. This is a Sources Sought synopsis being conducted pursuant to FAR Part 10, Market
Research. This is for planning purposes only and there is no solicitation available at this time.
2. The 55th Contracting Squadron at Offutt Air Force Base, Nebraska, seeks potential
sources to perform a variety of program, functional and resource management as well as engineering services to support the entire acquisition cycle of Information Technology (IT) systems and other United States Strategic Command (USSTRATCOM) and Joint Force Component Command mission programs. This support will supplement government organic resources within USSTRATCOM, select Joint Force Component Commands, Electronic Systems Center, and other associated supporting organizations. Program Management support contractors shall not provide personal services, nor perform inherently government functions.
3. Due to the nature of the requirement, any future contract for PMEAS support will
include a stringent Organizational Conflict of Interest clause limiting the contractor's ability to compete and/or perform under other USSTRATCOM and DOD contracts. The anticipated clause can be viewed in its entirety in Attachment 1.
4. The North American Industrial Classification Systems (NAICS) is 541990, All Other
Professional, Scientific, and Technical Services, which has a small business size standard of $15.0M in annual gross income.


B. PMEAS REQUIREMENTS
1. Objective: The Contractor shall provide a wide range of diverse services including:
program, acquisition logistics, engineering, and financial management tasks required to support and sustain various USSTRATCOM areas.
2. Tasks: Performance Work Statement (PWS) tasks may include, but are not limited to,
capabilities integration and planning, cost estimating, schedule analysis, earned value management, engineering, configuration/data management, administrative support, acquisition management, logistics management, test and evaluation, government furnished property (GFP) management, participation on Integrated Product Teams (IPTs) and related activities, analyzing problems, defining alternative solutions, providing recommendations, writing reports, and, systems engineering.
3. Special Requirements: Organizational Conflict of Interest (OCI) requirements apply
and the contractor awarded the PMEAS contract must be aware of OCI limitations due to the sensitive nature of the data they will have access to during their performance of PMEAS.
4. Place of Performance and Workdays: The primary place of performance will be at
USSTRATCOM, Offutt AFB NE. However, performance may be required at other DOD facilities or contractor sites as necessary. Normal workdays are Monday through Friday except US Federal Holidays. However, short term surge situations may require in excess of 8 hours on occasion. Contractors must ensure that they can provide for this type of contingency. All overtime hours must be approved by the government designated Contracting Officer's Representative (COR) prior to any excess hours worked.
5. Security: SECRET security clearances will be required for all employees prior to
performing any tasks in the PWS. Several individuals may require access at a higher level to include Sensitive Compartmented Information (SCI) and Special Access Program (SAP). Final security requirements will be documented in the DD Form 254.
6. Travel: Travel to other government facilities or other contractor facilities may be required.
All travel requirements, (including plans, agenda, itinerary, dates, etc.) must be approved by the government designated Contracting Officer's Representative (COR) prior to actual travel. The Government shall reimburse the contractor for travel expenses incurred in direct support of this contract. Travel and per diem will be paid IAW Federal Acquisition Regulation (FAR) 31.205-46 and the Joint Travel Regulation (JTR).


C. INFORMATION AND INSTRUCTIONS:
1. All businesses capable of providing these services and adhering to the OCI avoidance (non-
compete plan) clause are invited to respond with a capabilities package. Any information provided to the government as a result of this sources sought synopsis is voluntary and the Government will not pay for any information submitted. Respondents shall submit their capability packages as described below.
a. Capability package files should be in MS Office format (Word, Excel or PowerPoint) or Adobe pdf format, and should not exceed 5 MB on one email, to pass through the Offutt LAN.
b. All packages shall contain UNCLASSIFIED material only.
c. Capability packages shall be sent electronically to the individuals identified below.
2. Packages should not exceed 20 pages, each single-side counting one page, 8.5 x 11 inch,
with one-inch margins, and font no smaller than 10 point Times New Roman. All capability packages must be received no later than 4:00 pm (Central) on 20 March 2019.
3. Respondents must include the following information within their statement of capability
packages:
a. Company Information: Your company's name, address, a point of contact with email address and telephone number, Federal Cage Code, Data Universal Numbering System (DUNS), business size, and security clearance level, GSA contracts (if applicable). Your company must be registered in System for Award Management (SAM). To register, go to https://www.sam.gov.
b. Small Business: Small business respondents to this announcement should indicate whether the respondent is a small business, 8(a) concern, veteran- owned small business, service-disabled veteran-owned small business, HUB Zone small business, small disadvantaged business, women-owned small business, or historically black college or university (HBCU) or minority institution (MI) (as defined by the clause at FAR 52.226-2).
c. Company's Role: Your Company's intent to be a Prime or Subcontractor on the PMEAS effort.
4. Respondents must address how they can provide the necessary core acquisition support
services. The capability package should include examples of efforts of approximately the same size, complexity, composition, functionality, and criticality within the last three years. Provide organization name, contract number, dollar magnitude, performance period, and point of contact with telephone number and/or e-mail address with example information. The Government will assess a company's capability using the criteria below:


• Does the contractor have experience as a prime contractor?
• Does the contractor have experience managing subcontractors?
• Does the contractor have experience providing support under Firm Fixed price contracts?
• Does the contractor have experience managing numerous employees on a single contract (i.e. more than 50 people)?
• Does the contractor have experience with the DOD acquisitions process outlined in the DOD 5000 series documents?
• Does the contractor have experience interfacing with external/internal program offices and DOD service agencies, as required?
• Does the contractor have a working knowledge of the Integrated Strategic Planning and Analysis System (ISPAN), and Command and Control Modernization (C2 Mod)?
• Does the contractor have experience hiring and managing personnel who are SCI indoctrinated, with a Single Scope Background Investigation (SSBI) and TS or be SCI eligible? This project is classified up to Top Secret/SCI.
• Does the contractor have experience working contracts that require conflict of interest avoidance?
• Does the contractor have experience providing support to the Government on Government Source Selections?
• Does the contractor have experience with DOD financial management processes?
• Does the contractor have experience providing financial management support including Earned Value Management analysis?
• Does the contractor have experience in Performance Based Service Acquisitions (PBSA) and in developing Performance-Based Work Statements?
• Does the contractor have experience performing technical evaluations of new technologies, downward-directed programs, and requirements documents?
• Does the contractor have experience providing Program Management support for Information Technology:
a. Software Development System and/or Application contracts?
b. Hardware contracts?
• Does the contractor have experience providing software development cost estimating support?
• Does the contractor have experience providing hardware cost estimating support?
• Does the contractor have experience developing schedules and conducting dependency analysis?
• Does the contractor have experience supporting Technical Exchange Meetings (TEMs)? This may include collecting or providing data such as meeting minutes, technical evaluations and/or inputs, costs and man-hour estimates, scheduling, etc.
• Does the contractor have experience in project management to include: project planning, implementation planning, and/or software development planning? (These plans should include the resources needed, schedules, milestones, man-hour estimates, and costs).
• Does the contractor have experience in systems engineering:
a. Developing engineering processes
b. Managing software engineering and agile software development.
c. Identifying, assessing, and tracking technical risks and suggesting ways to resolve
• Does the contractor have experience in providing acquisition support to:
a. Develop Program documentation?
b. Review and analyze monthly invoice expenditures?
c. Manage problem tracking?
d. Identify, isolate, and resolve program management and resource issues?


D. GOVERNMENT RESPONSIBILITY:
1. This sources sought should not be construed as a commitment by the Government for any purpose, nor does it restrict the Government to an ultimate acquisition approach. Any information submitted by respondents to this sources sought is strictly voluntary and any offer submitted by such a firm will be evaluated without prejudice. Questions on this post shall be submitted in writing via email to the Contract Specialist, Kelly Puvogel, at kelly.puvogel@us.af.mil and the Contracting Officer, Ramon Negron-Cancel, at ramon.negron_cancel.2@offutt.af.mil.


Kelly A. Puvogel, Contract Specialist, Phone 4022321450, Email kelly.puvogel@us.af.mil - Ramon Negron-Cancel, Contract Officer, Phone 4022944098, Email ramon.negron_cancel.2@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP