Synopsis: 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. Any information submitted by respondents to this sources sought synopsis is strictly voluntary. As stipulated in 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. Do not submit a quote or proposal in response to this synopsis. The decision to solicit for a contract shall be solely within the Government's discretion. Respondents will not be notified individually of the results of any Government assessments. The Government may use the information obtained from responses to this notice in determining its acquisition approach, but the issuance of this notice does not restrict the Government's acquisition approach. The U.S. Government reserves the right to reject, in whole or in part, any input as a result of this notice.
NAICS: 541511 - Custom Computer Programming Services
Product/Service Code: D311 - Data Conversion
Description of Effort: The AFNWC is looking to award a sole source contract to The Boeing Company, to perform a complete conversion of the B61-12 TailKit Assembly (TKA) Fly-Out Model (FOM) source code to 64-bit Windows 10 and Red Hat Linux. Some specific areas pertaining to this potential requirement are as follows:
Contractor Acquired Property: Currently, the FOM is considered Contractor Acquired Property under a separate contract, FA2103-C-0006, and the government does not own the FOM technical data. The Boeing Company, as the designer of both the B61-12 TKA and the FOM is currently the only known source to properly convert the FOM from a Windows 7 format from 32-bit to 64-bit Windows 10, as well as to convert it to a Red Hat Linux format.
Request for Statement of Capability (SOC): The Government currently considers this requirement to be sole source to The Boeing Company; however, all offerors who believe they can support this requirement should submit a capability statement to the Contracting Officer and Contract Specialist, demonstrating how their company has the ability to access the FOM, which is owned by The Boeing Company, and convert it to Windows 10 format in 64-bit and to Red Hat Linux. All interested firms shall submit their SOC to the Contracting POCs listed below NLT 9 a.m. MST, 11 March 2019. The SOC is limited to five (5) pages.
All SOCs shall be UNCLASSIFIED. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED and SEGREGATED.
The (SOC) shall contain the following information:
a. If applicable, propose a more appropriate NAICS code and/or PSC if you do not agree with the Government's selection.
b. If applicable, specify other Government contracts under which this work can be performed. Please include contract number, name and Government POC, including email address and phone number.
c. Provide an explanation of your capabilities, experience, and/or the ability to obtain access to Boeing's TKA FOM
d. The SOC shall also include:
-Company POC, physical address, telephone number, and email address
-Cage code
-Size Status under NAICS 541511 - Custom Computer Programming Services
-Whether responding organization is or is not a small business (SB); Historically Underutilized Business Zone SB (HUBZone); Veteran-Owned SB (VOSB); Service-Disabled Veteran-Owned SB (SDVOSB); Small Disadvantaged Business, including 8(a) Certified SB; Women-Owned SB (WOSB)/Economically Disadvantaged Women-Owned Small Business (EDWOSB); and/or Historically Black College or University
•· If the Government receives two (2) or more capable HUBZONE small business capabilities statements, the Government will consider a HUBZONE Set-Aside. Government receives two (2) or more capable Service-Disabled Veteran Owned small business capabilities statements, the Government will consider a Service-Disabled Veteran owned small business Set-Aside. If the Government receives two (2) or more capable Women-Owned small business capabilities statements, the Government will consider a Women-Owned small business Set-Aside. If the Government receives two (2) or more capable Small Disadvantaged business capabilities statements, the Government will consider a Small disadvantaged business Set-Aside. If the Government does not receive any of items 1-4 above, however receives two (2) or more capable Small Business capabilities statements, the Government will consider a Small Business Set-Aside.
Restrictions: Air Force Nuclear Weapons Center is authorized to exclude all foreign participation at the prime contractor level for subject procurement. Foreign participation is prohibited at the prime contractor level. U.S.-based offerors must disclose any proposed use of foreign nationals (FNs), their country(ies) of origin, the type of visa or work permit possessed, and the performance work statement (PWS) tasks intended for accomplishment by the FN(s). Offerors are advised FNs proposed to perform may be restricted under U.S. Export Control Laws due to the nature of the technical data.
RESTRICTION ON NON-U.S. CITIZENS (i.e., those holding non-U.S. Passports): This topic is "Export-controlled". The information and materials provided pursuant to or resulting from this topic are restricted under the ITAR, 22 C.F.R. Parts 120 - 130 or the EAR, 15 C.F.R. Parts 710 - 774. Non-U.S. Citizens may perform work under an unclassified award resulting from this topic only if they are designated as a U.S. Person, as defined by 22 CFR § 120.15 or if bidder is able to obtain an export license through the Department of State or Department of Commerce. Non-U.S. Citizens designated as U.S. Persons are not permitted to perform work under a classified award. Non-U.S. citizens will at no time be allowed to work on Air Force installations. The technical information that will have to be provided to contractors could contain classified data and export controlled material. The loss of classified AF technical/military information would constitute an extreme danger to US National Security and would be very useful to an adversary and detrimental to the USAF development of next generation and legacy weapon systems. The FDO recommends contracting officers insert the appropriate clauses to alert contractors of their reporting requirements when export controlled information will/may be disclosed to foreign nationals, whether in the U.S. or abroad.