Missile Technical Order Support Services
ID: FA812824RB001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8128 AFNWC PZNTINKER AFB, OK, 73145-9093, USA

NAICS

Commercial Printing (except Screen and Books) (323111)

PSC

QUALITY CONTROL- BOOKS, MAPS, AND OTHER PUBLICATIONS (H176)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The US Air Force seeks a single firm to provide firm-fixed price contracts for Missile Technical Order Support Services, a crucial aspect of the Air Force Nuclear Weapons Center's operations. This support includes technical authoring, publishing, and distribution services, requiring editorial assistance, conference support, and sensitive technical data management. The contract, with a potential five-year span, aims to ensure up-to-date and accurate technical orders for the center's nuclear mission.

    The Air Force requires a comprehensive approach to managing and updating technical orders, with a focus on accuracy and timeliness. The chosen contractor will handle classified information and must adhere to stringent security protocols. To comply with solicitation instructions, offerors will need to demonstrate their technical capabilities, past performance, and competitive pricing strategies.

    Technical order support is integral to the Air Force's nuclear operations, playing a critical role in ensuring the effectiveness and readiness of their weaponry. The solicitation seeks a capable contractor to maintain and update these technical orders, a vital component of modern warfare.

    Offerors should take note that funds are not presently available for this project, and no binding contract will be awarded until such funds are secured. Responses to the solicitation, including all required documentation, must be submitted by 5:00 PM CDT on August 26, 2024, to Devin McLelland and Joshua Irwin at Tinker Air Force Base in Oklahoma.

    Files
    Title
    Posted
    The government seeks a single contractor to provide Missile Technical Order Support (MTOS) for the Air Launched Cruise Missile (ALCM), including creating and digitizing technical data, preparing updates, and managing publications and data storage. The contract will be awarded based on "best value" using Price/Performance Tradeoff Lite procedures. Offerors must submit a technical proposal demonstrating their ability to meet specific subfactors, including graphics creation, security, management planning, technical approach, and resource management. The past performance section should include a team list and relevant contracts with narratives explaining their relevance. Pricing details must be provided in a specified matrix, along with supporting rationale and annual price changes. The proposal is subject to specific instructions regarding organization, page limits, and format, and must be submitted electronically. Evaluations will consider factors like price reasonableness, price realism, and balanced pricing. Offerors must identify any exceptions to solicitation requirements with accompanying rationale. The contract will include standard clauses and certifications. This acquisition designates an Ombudsman to address offeror concerns.
    The government seeks a single contractor to provide Missile Technical Order Support (MTOS) for Air Launched Cruise Missiles (ALCM), including creating and digitizing technical data, updating technical orders, and managing technical publications. The contract will be awarded based on "best value" using Price/Performance Tradeoff Lite procedures. Offerors must submit detailed proposals outlining their approach against specified technical subfactors, including graphics creation, security, management plans, technical methodology, and resource management. Evaluation criteria also encompass past performance and price reasonableness. Proposals are limited to 60 pages and must include pricing information, a management structure overview, and a security plan. The contract will be awarded based on the most competitive offer, with particular attention to technical expertise, past performance, and balanced pricing strategies.
    The government seeks a single contractor for a project involving graphics creation, file manipulation, and technical order support. The evaluation process will assess proposals based on three factors: technical capabilities, past performance, and price. Technical capabilities will be weighed against specific subfactors. To be awarded the contract, offerors must meet all technical subfactor requirements. Past performance will determine the government's confidence in the offeror's ability to meet users' needs. Price evaluations will cover reasonableness, realism, unbalanced pricing, and total evaluated price. The government reserves the right to hold discussions if necessary, and will make an integrated assessment to identify the proposal offering the best value. Offerors must submit their most advantageous terms initially, and may be excluded from the competition if their proposals are deemed unacceptable.
    The government seeks a single contractor for graphics creation and manipulation services, prioritizing technical merit and past performance. The evaluation process will be based on factors like graphics demonstration, security measures, management plans, technical approach, and resource management, with past performance and price as secondary considerations. Offerors must meet technical requirements to be considered for award, and their proposals will be assessed for reasonableness, realism, and unbalanced pricing. The contract includes a base period, optional extension periods, and the possibility of travel cost reimbursement. The government reserves the right to hold discussions if necessary, and the award will be granted to the responsible offeror demonstrating the best value to the government.
    The Performance Work Statement (PWS) outlines the requirements for a contract to support the Air Force Nuclear Weapons Center's Technical Orders (TO) process. This includes editorial support, data management, and conference attendance. The focus is on updating and managing nuclear weapons TOs, ensuring accuracy, timeliness, and compliance with Air Force guidelines. The contract is for a one-year period, with a potential extension, and requires the successful bidder to handle sensitive data securely. Services include editing, printing, and distributing TO updates, managing TO history records, and attending meetings. The contractor must respond to urgent TO requests within 12 hours and ensure 100% accuracy in delivered documents. Billing is monthly, based on a fixed price per page, with strict requirements for government property handling and return. Travel may be required, and the contractor must employ English-speaking US citizens. Key personnel and a contract management plan must be approved by the government. Overall, the contract aims to ensure the Air Force has up-to-date, accurate TOs vital for its nuclear mission.
    The file suggests that it would be best viewed using Adobe Acrobat X or later versions. It's likely a PDF portfolio containing critical details of a government RFP. The focus seems to be on procuring innovative solutions, possibly in the realm of technology or software, as indicated by the need for newer Adobe software to view it optimally. The content probably includes key information such as the problem statement, project scope, requirements, and evaluation criteria for prospective vendors. It's essential to access this file using the recommended software to ensure that all details are accessible and properly formatted.
    The Department of Defense is issuing a contract for technical order support requiring the development and editing of technical data. The work involves handling classified information, including Restricted Data and Intelligence Information, which the contractor will receive, store, and generate. Clearance at the Secret level is needed for facility security and safeguarding. The contractor must adhere to stringent security protocols, including the National Industrial Security Program Operating Manual (NISPOM) and additional Air Force-specific requirements. Access to the material is restricted, and strict controls are in place regarding reproduction and dissemination. This specification is valid until June 2024.
    The file contains a Service Contract Act wage determination, which mandates minimum wages and benefits for workers engaged in service contracts with the federal government. It applies to various occupations in states such as Oklahoma, with specific rates for different job titles. The determination also outlines procedures for conforming unlisted job classifications and provides information on paid sick leave requirements and night/Sunday pay for certain roles. Additionally, it specifies hazard pay differentials and uniform allowance guidelines. Overall, the file ensures fair compensation and benefits for workers involved in federal service contracts, aiming to protect their rights and maintain labor standards.
    This file outlines wage determinations for various occupations specified under the Service Contract Act, applying to contracts entered with the U.S. federal government. It mandates minimum hourly wages, benefits, and work conditions for workers engaged in these contracts. The occupations are categorized into administrative, automotive, food service, health, information, machine operation, and protective services, among others, each with specific wage rates. The determination also specifies that contractors must provide paid sick leave and adhere to paid holiday entitlements. Additionally, it outlines procedures for conforming unlisted employee classifications and explains the hazards differential and uniform allowance provisions. Overall, the file ensures fair labour practices and outlines expectations for contractors working on federal service contracts, aiming to protect the rights and welfare of employees.
    The government seeks detailed information about an offeror's past performance on relevant contracts. This comprehensive form requires offerors to provide specifics on contracting agency, contract type and value, period of performance, and completion dates, along with concise descriptions of their efforts and any changes in schedules. It also asks about the availability of performance assessment reports and requires offerors to address technical aspects and illustrate how past experiences align with the current acquisition's evaluation criteria. Key contacts and critical individuals involved are to be named, with an explanation of their roles. Additionally, offerors must outline the nature and extent of the work to be performed by their businesses, specifying whether they will act as primes or subcontractors. This past performance evaluation form is a crucial component of the procurement process, aiding the government in assessing offerors' capabilities and likelihood of successful contract execution.
    The government is seeking technical order services, encompassing various tasks, to be performed over multiple years. The contract includes options for extension, with pricing structured per unit of issue. Offerors must provide unit prices for each task, which will be multiplied by evaluated quantities to determine extended prices. Notably, travel costs and CLIN X024 are excluded from the total evaluated price (TEP) for evaluation purposes. The pricing matrix detailed in the file offers a breakdown of the tasks and their corresponding unit prices, while also indicating the preferred quantities. This information will serve as the basis for evaluating bids and selecting a contractor for the technical order services required by the government.
    The Air Force seeks to award a firm-fixed price contract for missile technical order authoring, publishing, printing and distribution services. This requirement will support the Air Force Nuclear Weapons Center's Air Delivered Capabilities Directorate, with the successful bidder providing editorial support, technical data management and TO conference assistance. The contract is anticipated to run for five years, including a transition period and four option years, pending availability of funds. Offerors must comply with numerous FAR and DFARS clauses covering a range of topics, from security requirements to compensation practices. The RFP specifies detailed pricing arrangements for various services, with evaluations based on price and other factors outlined in an attached addendum. The government reserves the right to award without soliciting or cancel the RFP altogether. Responses are due by 26 Aug 2024.
    The government has issued an amendment extending the deadline for receiving offers on a solicitation. Offerors are required to acknowledge the receipt of this amendment before the extended deadline. This amendment also removes paragraph 4.1.2 from the Instructions to Offerors, and consequently deletes the associated attachments. All other terms and conditions remain unchanged. Businesses that have already submitted offers can modify them based on this amendment before the opening deadline.
    The file relates to a government solicitation for a contract to manage technical order authoring and publishing. Several questions have arisen regarding the solicitation's instructions and evaluation factors. First, confirmations were sought for the removal of two attachments and the validity of offeror pricing. It was clarified that the government would not provide hardware or software and that the contractor must obtain all required resources. Offerors sought clarification on the recency assessment and the unique requirements of the position, which seemed to favor the incumbent. The government responded by altering the instructions and confirming a 60-day validity period for pricing.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Sources Sought Synopsis for TYQ 23A V1/2 Contractor Logistics Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for Contractor Logistics Support (CLS) for the AN/TYQ-23A(V)1/2 Tactical Air Operations Module. The objective of this procurement is to identify potential contractors capable of providing comprehensive logistics support, including maintenance, emergency repairs, and technical expertise, to ensure the operational readiness of the system, which plays a critical role in air operations and command and control capabilities. The contract is anticipated to commence in January 2026 and will span five years, with a focus on maintaining cybersecurity standards and compliance with Department of Defense regulations. Interested parties are encouraged to respond to this Sources Sought notice by submitting their qualifications and relevant experience to the primary contact, Wendy Farley, at wendy.farley@us.af.mil, by the deadline of 30 days after posting.
    The Joint Threat Emitter (JTE) Program/Logistics Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Joint Threat Emitter (JTE) Program/Logistics Support under solicitation number FA8210-24-R-5014. This procurement involves a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at providing comprehensive support for the JTE system, including software maintenance, training, and logistics for various command and control units over a five-year period, with an estimated maximum value of $250 million. The JTE system is crucial for military training and operational readiness, facilitating realistic threat simulation for air defense systems. Interested contractors must submit their proposals, adhering to specific guidelines and deadlines, and can direct inquiries to Patrick Robello at patrick.robello.1@us.af.mil.
    TF33 STATORS (VANES & SHROUDS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center, is seeking qualified contractors to provide TF33 stators (vanes and shrouds) for military aircraft engines, under Solicitation FA812124R0031. The procurement involves a firm-fixed-price request for proposal (RFP) for commercial items, with a focus on ensuring that the components meet stringent military specifications and quality standards. These stators are critical for maintaining the operational readiness of the Air Force fleet, reflecting the ongoing need for specialized military parts. Interested contractors must submit their quotes by October 23, 2024, and are encouraged to contact Jonathan Arias Jr. at jonathan.arias.4@us.af.mil or Jacob Stephens at jacob.stephens.5@us.af.mil for further information.
    Avionics Intermediate Shop Product Support Integration
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Avionics Intermediate Shop Product Support Integration contract, aimed at providing critical support for the F-16 avionics systems. The contractor will be responsible for systems integration, technical services, and sustainment activities to ensure operational readiness and reliability of avionics testing systems utilized by the U.S. Air Force and allied forces. This initiative is vital for maintaining mission capabilities and addressing obsolescence issues within the avionics systems, with a performance period extending from March 30, 2025, to March 29, 2035. Interested parties should direct inquiries to Christian Barwick at Christian.Barwick@us.af.mil or Shauna Vanderschaaf at shauna.vanderschaaf@us.af.mil, with a deadline for questions set for October 1, 2024, and proposal submissions due by November 15, 2024.
    1st Stage Turbine Stator Support (TOBI)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the 1st Stage Turbine Stator Support (TOBI) as part of its aircraft engine and engine parts manufacturing initiative. The procurement aims to acquire turbine support components that are critical for safety, requiring compliance with specific materials specifications and quality assurance protocols. This contract is essential for maintaining and enhancing the operational capabilities of military aircraft, ensuring that all components meet stringent safety and performance standards. Interested contractors must submit their quotes by the specified deadline, and for further inquiries, they can contact Jonathan Arias Jr. at jonathan.arias.4@us.af.mil or Jacob Stephens at Jacob.stephens.5@us.af.mil.
    The Joint Threat Emitter (JTE) Program/Logistics Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide comprehensive Contractor Logistics Support (CLS) for the Joint Threat Emitter (JTE) Program. The selected contractor will be responsible for software maintenance, field troubleshooting, firmware update verification, and addressing obsolescence issues for all fielded JTE configurations both within the continental United States (CONUS) and outside (OCONUS). This opportunity is critical for ensuring the operational readiness and sustainability of the JTE system, which plays a vital role in defense capabilities. Interested vendors must submit their business information and relevant experience to Patrick Robello at patrick.robello.1@us.af.mil, as this Sources Sought notice is part of market research and does not guarantee future contract awards.
    Commodities Aircraft Technical Services 3 (CATS 3)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking specialized technical services under the Commodities Aircraft Technical Services 3 (CATS 3) contract. The objective of this procurement is to obtain expert technical experience and access to Northrop OEM engineering data for the design, testing, qualification analysis, and development of end items and piece parts managed by the 448th Supply Chain Management Wing (SCMW). These services are crucial for formulating supportability solutions that align with OEM weapon system performance, integration, reliability, survivability, quality, and configuration requirements. Interested parties can reach out to Billy Hung at billy.hung.1@us.af.mil or call 405-739-3455 for further details regarding this presolicitation opportunity.
    TT&E/Overhaul of B-2 Fuel Temperature Control Valve Assembly
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the overhaul and testing of the B-2 Fuel Temperature Control Valve Assembly, identified by NSN 4820-01-347-6596 FW. The procurement requires contractors to restore government-furnished reparable items to like-new condition, adhering to stringent quality assurance measures, safety protocols, and compliance with technical orders throughout the overhaul process. This assembly is critical for the operational integrity of the B-2 aircraft, emphasizing the importance of maintaining high standards in military equipment. Interested parties must submit their quotations by October 23, 2024, and can direct inquiries to Amy Gil at amy.gil@us.af.mil for further information.
    HAFAD Integration Logistic Support ILS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Integrated Logistic Support (ILS) necessary to develop a level 1 & 2 depot for the F100-PW-229 engine. This procurement is categorized as other than full and open competition in accordance with FAR 6.302-4, indicating a specialized requirement for the support services. The successful contractor will play a crucial role in ensuring the operational readiness and maintenance capabilities of the F100-PW-229 engine, which is vital for various military aircraft. Interested parties should contact Tammy Davis at tammy.davis.7@us.af.mil for further details regarding this opportunity.
    AFNORTH Support Services Contract
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the AFNORTH Support Services Contract at Tyndall Air Force Base, Florida. This contract aims to provide comprehensive management and labor support for the Continental United States NORAD Region, First Air Force, and associated units, in accordance with the Performance Work Statement. The contract will be awarded as a firm-fixed price agreement with a one-year base period and four optional twelve-month extensions, emphasizing the importance of these services for national defense operations. Proposals are due by November 1, 2024, at 2:00 p.m. CDT, and interested vendors must register in the System for Award Management (SAM) and submit inquiries via email to David Hackney or James Vaughan.