Closed Solicitation · DEPT OF DEFENSE
AI Summary
The Department of Defense and the Department of the Air Force have issued a Commercial Solutions Opening (CSO) opportunity called Capability Accelerator. This CSO is in accordance with the DoD Class Deviation 2022-O0007 "Defense Commercial Solutions Opening." The NAICS code associated with this opportunity is 541715, which pertains to Research and Development in Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology). The size standard for this opportunity will be provided in the solicitation.
Overview
This Call is issued against the above referenced Commercial Solutions Opening (CSO) solicitation in accordance with DoD Class Deviation 2022-O0007 “Defense Commercial Solutions Opening.”
NAICS Code and Associated Description: 541715, Research and Development in Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology), with a size standard of 1,250 employees.
Federal Agency Name and Contracting Officer Address:
AFLCMC/WNU Human Systems Division
Agile Combat Support Directorate
1981 Monohan Way
WPAFB OH 45433-7222
Commercial Solutions Opening Title: This is a combined synopsis/solicitation. Capability Accelerator
Commercial Solutions Opening Number: FA8606-23-S-0001
Commercial Solutions Opening Type: This posting is for a Two-Step Closed-Open CSO with Calls, this is the initial announcement combined with the 1st Call, see Attachment 1 - Solicitation Topics/Areas of Interest. This CSO will remain open for Calls and potential Open Periods for 36 months after posting, unless terminated sooner. Over the course of this CSO, there will be posted Open Periods and Closed Periods as stated in each amendment. During the Open Period White Papers may be submitted at any time for specific research area(s) of interest IAW the instructions in Attachment 2 - Step-1 White Paper Format. Immediately following the posted White Paper due date and time, a Closed Period will begin and continue until award of any resulting proposal(s) from the posted Call. Additional Calls may be issued to request White Papers for specific research area(s) of interest, each Call will contain specific requirements and pertinent information. White Papers submitted in response to a Call will be accepted as specific in the individual Call and evaluated in accordance with Attachment 6 - Evaluation Criteria and Selection Process. White Papers selected for further consideration will result in a request for proposal (RFP). Proposal due dates and times will be specified in each RFP. This listing will be updated no less than annually.
First Step: WHITE PAPER DUE DATE AND TIME: White Papers will be accepted until April 03 2023, 1700 EDT. White Papers may be submitted at any time during this Open Period. This Call will have a Closed Period immediately following the above specified date and time, which will continue until award of any resulting proposal(s). White Papers received during the Closed Period, will be considered late in accordance with 52.212-1(f).
Second Step: PROPOSAL DUE DATE AND TIME: To be provided in the Requests for Proposal sent to offerors that submit White Papers considered to be of further interest to the Air Force. Proposals received after specified date and time, will be considered late in accordance with 52.212-1(f).
Submission POC: White Papers must be submitted to the Contracting Points of Contact (POCs):
Contracting Officer
Name: Samantha McKee
Address: Human Systems Division
Agile Combat Support Directorate
1981 Monohan Way
WPAFB OH 45433-7222
Phone: 937-255-3974
Email: samantha.mckee.1@us.af.mil
Contract Specialist
Name: Sarah Boller
Address: Human Systems Division
Agile Combat Support Directorate
1981 Monohan Way
WPAFB OH 45433-7222
Phone: 937-204-3368
Email: sarah.boller@us.af.mil
Solicitation Request: AFLCMC/WNU is soliciting White Papers on the effort described below.
Type of Contract: The Air Force anticipates the award of a Firm-Fixed Price type contract in accordance with FAR Part 12. Offerors are encouraged to review FAR 52.212-4 and 52.212-5 for standard terms and conditions of a FAR Part 12 contract. In addition, the Air Force reserves the right to award an Other Transaction for Prototype Project in accordance with 10 U.S.C. 4022.
Estimated Program Cost: The total program value is $500,000 with multiple awards anticipated, with award values potentially ranging from $100,000 to $300,000.
Anticipated Number of Awards: The Air Force anticipates 2 awards per year for this announcement. However, the Air Force reserves the right to award one or more, or no, contracts for all, part, or none of the proposals received.
PURPOSE: This Commercial Solutions Opening (CSO), issued in accordance with DoD Class Deviation 2022-O0007 – Defense Commercial Solutions Opening Pilot Program, is a competitive solicitation focused on technologies to meet the mission of the Human Systems Division (HSD). The Government seeks to obtain innovative solutions or potential new capabilities to fulfill requirements, close capability gaps, or provide potential technological advancements in the capability areas listed below.
Innovative means:
All items, technologies, and services acquired using a CSO will be treated as commercial items if they meet above definition of innovative. The Government encourages proposals that span a wide spectrum of possible technical and business solutions in response to the specific topics stated herein.
Awards resulting from this CSO will be made based on the evaluation results of a Two-Step proposal process. The Government reserves the right to fund all, some, one, or none of the proposals submitted; may elect to fund only part of a submitted proposal; and may incrementally fund any or all awards under this CSO. All awards are subject to the availability of funds.
Offerors should monitor betaSAM.gov for amendments, modifications, and potential Calls issued against this CSO.
Contracting Officer
Name: Samantha McKee
Address: Human Systems Division
Agile Combat Support Directorate
1981 Monohan Way
WPAFB OH 45433-7222
Phone: 937-255-3974
Email: samantha.mckee.1@us.af.mil
Contract Specialist
Name: Sarah Boller
Address: Human Systems Division
Agile Combat Support Directorate
1981 Monohan Way
WPAFB OH 45433-7222
Phone: 937-204-3368
Email: sarah.boller@us.af.mil
Program Manager
Name: Holly Shoaf
Address: Human Systems Division
Agile Combat Support Directorate
1981 Monohan Way
WPAFB OH 45433-7222
Phone: 937-965-9161
Email: holly.shoaf@us.af.mil
SUBMISSION INFORMATION:
Step 1: Submissions shall include White Papers prepared in accordance with the format in Attachment 2 - Step-1 White Paper Format. White Papers may be submitted at any time prior to the due date and time specified. Offerors are responsible for monitoring betaSam.gov for any amendments to this solicitation or for specific Calls issued that may have updated information. White Papers will be evaluated against criteria as described in Attachment 6 - Evaluation Criteria and Selection Process.
Step 2: The Government will invite select offerors to submit full proposals based on favorable evaluation results of White Papers. Proposals will be requested via a Request for Proposal letter by the Contracting Officer and will contain separate submission instructions and applicable due dates and timelines.
Unsuccessful offerors will be notified by the Government, either via email or letter, to inform them that the proposed effort is not of interest to the Government at this time.
Proposal Review, Evaluation and Selection Process: Each proposal will be evaluated by the Government and the proposal must stand on its own technical merit. Proposals will be evaluated in accordance with the following evaluation criteria:
All evaluation factors are of equal importance. See Attachment 6 - Evaluation Criteria and Selection Process for additional information regarding the evaluation process.
DEBRIEFINGS:
The Government will conduct written, post-award debriefings upon request only in accordance with 52.212-1(l) and will address the evaluation factors contained herein only. It will not include a comparison of submissions against a common statement of work (SOW) as the CSO provides no common statement of work that interested parties must respond to and instead represents opportunity for submission of a variety of innovative commercial items, technologies, and/or services that represent meaningful submissions of diverse scope and price.
ADDITIONAL INFORMATION:
ATTACHMENT 1: SOLICITATION TOPICS/AREAS OF INTEREST
The AFLCMC/WNU Human Systems Division (HSD) is interested in innovative technologies and services related to the areas of mission or technical interest listed below. USAF has identified broken test equipment, and desires more cost effective and timely repairs of the test equipment. HSD is seeking capabilities related to the assessment, evaluation, prototyping, and repair of the testers. Submissions should identify innovative solutions that fill capability needs related to the development and repair of the USAF Aircrew Oxygen Testers. The items, technologies, or services can also directly improve the effectiveness or efficiency of operating and/or maintaining current HSD Aircrew Flight Equipment capabilities related to the topics listed below. The level of detail provided for each topic or the order in which they appear is not intended to convey any information regarding relative priority.
The Aircrew Oxygen Testers operate at Technology Readiness Level (TRL) 9, and the identified solutions will be required to meet these TRL requirements.
AFLCMC/WNU Human Systems Division intends to fund successful efforts in Fiscal Year 2023 (FY23) with periods of performance in the range of 4-6 months. Exceptions may be considered for individual projects based on technological maturity or operational need. Individual contracts are expected to be funded in the range of $100,000 to $300,000 over the full period of performance, yet these numbers should not be considered strict limits. Proposals aimed at the higher end of this funding range will only be accepted if they demonstrate the ability to deliver capable, innovative solutions that directly impact the Aircrew Oxygen Tester Repair mission and offer cost savings or improved efficiencies in current processes or procedures. The Government reserves the right to fund all, some, one or none of the proposals submitted; may elect to fund only part of a submitted proposal; and may incrementally fund any or all awards under this CSO. All awards are subject to the availability of funds.
Topics for each capability area are detailed below.
TOPIC 1: Joint Combined Aircrew Systems Tester (JCAST) repairs-001
Background Information:
AFLCMC/WNU Human Systems Division (HSD) seeks to identify cost-effective and practical repair routes for the JCAST.
Systems Requirements:
OBJECTIVE 1: Assess JCAST physical assets and identify failure mechanisms. Evaluate physical JCAST assets, and identify specific failure modes or mechanisms, replaceable components, outline product function, write repair instructions, and develop written repair procedures.
OBJECTIVE 2: Evaluate feasibility of repairs to JCAST
OBJECTIVE 3: Support Objectives 1 and 2 with Engineering, Prototyping, and Production Capabilities
OBJECTIVE 4: Document findings and repair procedures
OBJECTIVE 5: Repair JCAST
TOPIC 2: System Combined Oxygen Tester (SCOT) repairs-002
Background Information:
AFLCMC/WNU Human Systems Division (HSD) seeks to identify cost-effective and practical repair routes for the SCOT.
Systems Requirements:
OBJECTIVE 1: Assess SCOT physical assets and identify failure mechanisms. Evaluate physical SCOT assets, and identify specific failure modes or mechanisms, replaceable components, outline product function, write operation instructions/user manuals, and develop written repair procedures.
OBJECTIVE 2: Evaluate feasibility of repairs to SCOT
OBJECTIVE 3: Support Objectives 1 and 2 with Engineering, Prototyping, and Production Capabilities
OBJECTIVE 4: Document findings and repair procedures
OBJECTIVE 5: Repair SCOT
Commercial Solutions Opening (CSO): Capability Accelerator is a federal contract award from DEPT OF DEFENSE. Review the award details including the awardee, contract value, and NAICS code.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.