1 This is a Sources Sought Synopsis announcement issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. No proposals are being requested or accepted with this synopsis. Do NOT submit a quote or a proposal in response to this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED. This sources sought synopsis is in support of market research being conducted by the Air Force Nuclear Weapons Center (AFNWC), Contracting Directorate, Kirtland AFB, NM. Any information submitted by respondents to this announcement is strictly voluntary. As stipulated in Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are NOT considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. This sources sought synopsis is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be notified individually of the results of any Government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular socio-economic business designation (e.g., SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). Do not submit a Statement of Capability (SOC) if you do not intend to be a prime or lead. Potential offerors should refer questions to the Contracting Points of Contact listed below. Background: The Weapon Storage Security System (WS3) will undergo a Service Life Extension Program (SLEP) from FY16 FY20 (Starting with FY15 funds). In order to meet this need, engineering support is required to ensure the system continues to meet the user s requirements. For example, many of the electrical and mechanical sub-systems and components have surpassed or are near the end of the original design life and will not be replaced in SLEP. It is therefore critical to identify degradation issues, assess life, verify life expectancy/health and extend life of the materials, components, and subsystems that comprise the WS3. Description/Objective: The objective of this requirement is to exploit current scientific and technological capabilities to analyze and assess engineering and testing requirements to improve maintenance capabilities and to extend the operational life of the WS3. This includes analysis of the mechanical and electrical subsystems and components of the WS3. Initial assessments will focus on known at-risk WS3 components, improving Diminishing Manufacturing Sources and Material Shortages (DMSMS) issues, refining WS3 technical orders, and improving the Aging and Surveillance processes. Please refer to the attached DRAFT Performance Work Statement (PWS) for specific requirements.
2 The Government anticipates using North American Industry Classification System (NAICS) code 541330, Engineering Services, for this acquisition. The Product/Service Code is R425 Support: Professional Engineering and Technical Services. The AFNWC reserves the right to determine if a Small Business set-aside is appropriate. Additionally, the Government reserves the right to determine if one of the targeted socioeconomic programs is appropriate for a set-aside based on responses to this notice and other pertinent information gathered by the contracting officer. In order for AFNWC to make a Small Business set-aside determination, it is emphasized that small business concerns provide sufficient written information to indicate their capacity and capability to successfully perform and manage all the required services. Firms responding to this announcement must be registered in the System for Award Management (SAM). The Government reserves the right to consider the acquisition for the 8(a) program based upon responses received to this announcement. Firms should include if they are a GSA Schedule holder and under what Schedule and Special Item Number(s) (SINs) they would propose potential work. Foreign owned firms are advised they are precluded from submitting a SOC. Responsible Contracting Office Air Force Nuclear Weapons Center (AFNWC), Contracting Directorate, Installation Support Contracting Division, Specialized Branch (PZID), 8500 Gibson Blvd SE, Bldg 20202, Kirtland AFB NM, 87117. Contracting Points of Contact (POCs): AFNWC/PZID Contracting Officer: Susan Heilman, susan.heilman.1@us.af.mil, (505) 846-4113 AFNWC/PZID Contracting Officer: Melissa Garmoe, melissa.garmoe@us.af.mil, (505) 853-1977 AFNWC/PZID Contract Specialist: Raul Aragon, raul.aragon.1@us.af.mil, (505) 846-6482 Statement of Capability (SOC) The SOC should be succinct but contain sufficient detail to adequately demonstrate the required capability to meet the Government's stated requirements. The Government intends to utilize the data collected from this announcement to finalize the acquisition strategy for the WS3 program and to determine if full and open competition procedures shall be used. Interested firms are encouraged to submit a capability summary that does not exceed ten (10) pages in length describing their firm's recent and relevant business experience and their approach to meeting the requirements in the DRAFT PWS. Do not summit an SOC if you do not intend to be a prime or lead.
3 SOC Requirements Interested businesses shall provide the following information: a. Company name, mailing address, cage code, DUNS number, point of contact (POC), POC telephone number and email address. b. Business size status (i.e. 8(a), HUBZone, Woman/Women Owned or Service Disabled Veteran-Owned, small business, large business, etc.). c. Discuss your company s ability to support classified discussions at the U.S. SECRET level and the clearances of qualified and experienced personnel at the U.S. SECRET level. d. Past Performance. Discuss your company s past performance as a prime contractor on a service contract for similar requirements of the DRAFT PWS, specifically experience working Department of Energy (DoE)/6.X and Department of Defense (DoD) 5000.2 processes and nuclear weapon development and/or Life Extension Programs. For past performance that meets this threshold, please provide the following information: Contract number, Name of Government Agency or Commercial Entity, Period of Performance, Dollar Value, Type of Contract (Fixed Price, Cost Reimbursement, etc.), and an explanation of services provided as they relate to the DRAFT PWS. (Recent and relevant experience during the last five years). e. Discuss and/or demonstrate experience in the following mission areas as pertains to the attached DRAFT PWS. The SOC should be succinct but contain sufficient detail to adequately demonstrate the required capability to meet the Government s stated requirements. i. Scientific and Technical Information (STI) Relevance Assessment and Gap Analysis: Discuss your company s capabilities and experience in conducting STI Relevance Assessments and Gap Analyses and validating STI in an operational context. ii. iii. Mission, System, Subsystem, and Product Requirements Evaluation: Discuss your company s capabilities and experience in evaluating mission, system, subsystem, and product requirements to improve supportability, readiness, and affordability. Engineering System Design and Development: Discuss your company s capabilities and experience in structural and system engineering analysis to include conducting performance analysis to determine root cause of deficiency, providing plans for sustaining systems, and making recommendations for
4 improving product service life. Please discuss experience in any of the following areas: performing engineering trade studies; computer aided design and manufacturing; Finite Element Modeling (FEM) of the thermal, mechanical, and electrical performance of components; Fault Tree Analysis (FTA) and Failure Modes and Effects Analysis (FMEA) to determine severity and probability of failure of components; developing inspection and repair techniques; and updating and/or developing technical orders, engineering drawings, and engineering change orders. iv. Prototype Development: Discuss your company s capabilities and experiences in designing, developing and testing proof-of-concept and functional prototypes, including development of the associated tooling, drawings and fixtures to accompany those prototypes, as well as performing manufacturing and producibility studies. v. Testing and Qualification: Discuss your company s capabilities and experience with risk reduction associated with transitioning new design solutions into application as accomplished through materials characterization, nondestructive testing, and special environmental testing. vi. vii. Data Collection, Storage and Retrieval for Reusability: Discuss your company s capabilities and experience with developing plans to collect and manage data, analyzing Internet Protocol-Based monitoring databases, structural health monitoring, as well as assessing management of life expectancy data (shelf life of spares, failure data, etc.). Aging and Surveillance Plans: Discuss your company s capabilities and experience with assessing the viability and life of technologies, parts, components, and subsystems, including examination of the impacts to system and subsystems over the lifecycle and repair versus replacement approaches on critical components. f. Please demonstrate that your company has the necessary organization, accounting and operational controls, adequate finance resources, and technical skills to perform the requirements in the attached DRAFT PWS.
5 g. Based on the attached DRAFT PWS, do you concur that NAICS Code 541330 is the most appropriate code for this requirement? If not, what is your recommendation? Please provide your rationale for the recommendation provided. h. Based on the type of work identified in the PWS, what type of contract do you believe best fits the work structure, for example: Firm-Fixed Price, Cost Plus Fixed Fee, etc.? Please provide your rationale for the recommendation provided. i. Based on the type of work identified in the PWS, are you aware of existing contracts that may be able to support this requirement? If so, please identify the contract number, the agency under which the contract was awarded, and a Government point of contract (preferably the contracting officer). j. The Government believes this requirement does not fit the definition of a commercial acquisition as defined in FAR 2.101, Commercial Item, and will therefore proceed with a noncommercial process. If you believe otherwise, please provide your rationale. NOTE: Technology developed under this requirement may be subject to U.S. export-control laws and regulations. These laws restrict the transfer, by any means, of certain types of items, information, and technology to unauthorized persons. The award of a Government contract does not negate the contractor's responsibility to comply with export control requirements under the Arms Export Control Act (Department of State) or the Export Administration Regulations (Department of Commerce). Potential security risks/export violations may occur when contractors employ foreign nationals or outsource portions of the contract's PWS. The transfer of sensitive or critical unclassified technology to a foreign national without an approved export license is a violation of the Arms Export Control Act and the Export Administration Act. SOC Submittal Requirements All interested firms shall submit, to the Contract Specialist listed above, an UNCLASSIFIED response that includes detailed responses to the Statement of Capabilities requirements (SOC Requirements paragraphs a-j) above. SOCs may be emailed to the Contracting Points of Contact listed above by 4pm Mountain Standard Time (MST) on 24 February 2015. Any responses received for this synopsis that do not address all of the required areas may not be evaluated as being capable. The SOC is limited to ten (10) pages, single spaced, 12-point Times New Roman font. Any interested firms may also identify any contract vehicles that they are aware of to the Contracting POC. All contractor employees shall maintain, at a minimum, a U.S. SECRET level clearance, and have the ability to obtain a North Atlantic Treaty Organization (NATO) SECRET level clearance.
NOTE: Should there be a contract, it will be made only to offeror(s) who currently have access to a facility cleared to the SECRET level and have sufficient SECRET cleared and qualified personnel available at the time of contract award. 6