Finding Agile Solutions for Test (FAST) Commercial Solutions Opening (CSO)

From: Federal Government(Federal)
FA9302-21-S-C001

Basic Details

started - 17 Oct, 2023 (5 months ago)

Start Date

17 Oct, 2023 (5 months ago)
due - 30 Sep, 2024 (in 6 months)

Due Date

30 Sep, 2024 (in 6 months)
Bid Notification

Type

Bid Notification
FA9302-21-S-C001

Identifier

FA9302-21-S-C001
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (698103)DEPT OF THE AIR FORCE (59556)AIR FORCE MATERIEL COMMAND (1890)AIR FORCE TEST CENTER (3166)FA9304 AFTC PZZ (43)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Finding Innovative Solutions for Test (FAST) Commercial Solutions Opening (CSO) This Commercial Solutions Opening (CSO) solicitation is issued in accordance with DoD Class Deviation 2018-O0016 “DoD Commercial Solutions Opening Pilot Program.”Federal Agency Name: Air Force Test CenterFederal Agencies Capable of Issuing Contracts/Agreements: The FAST CSO is targeted to the Air Force Test Center (AFTC) and other associated partners in test, including the Air Force Research Laboratory (AFRL) and the Air Force Operational Test and Evaluation Center (AFOTEC). However, other organizations seeking innovative solutions to their test needs may issue Calls and subsequent awards/agreements under this CSO. Organizations outside of AFTC, AFRL, and AFOTEC can contact the Contracting Point of Contact (POC) identified within this document.CSO Number: FA9302-21-S-C001Commercial Solutions Opening (CSO) Type: This is an open CSO with Calls. Meaning this CSO will be “amended” to issue Calls as objectives
requiring innovative solutions are identified by various organizations within the defense test community. These Calls will be issued by organizations, posted on betasam.gov in separate instances, and the Calls will reference the FAST CSO. The FAST CSO will remain open for the issuance of Calls until 30 Sep 22. All contract awards or agreements made against Calls under this CSO must be made on or before 30 Sep 22. The CSO general solicitation method is a pilot program. The intent is to extend FAST should the pilot program be extended or made permanent[1]. Contracts and agreements issued against this CSO are considered “commercial” notwithstanding the definition of Commercial Item in FAR 2.101. This document is not a request for white papers or proposals. Please note, interested parties will not be reimbursed for costs associated with responding to this CSO, to include responses to Calls issued against this CSO.Calls: Calls will include areas of interest (AOI) defined by the organizations issuing the calls. Each call can be designed to meet the needs of the issuing organization. Descriptions of potential Call structures can be found below. Calls will include instructions to interested parties, due dates for white papers/proposal submissions, and selection criteria.Call Structures:One-Step: The one-step process is used to request full technical and cost proposals from each interested party. The proposals are evaluated in accordance with the solicitation criteria and all of a selected proposal, part of a selected proposal, or none of the proposals are selected.Two-Step: The two-step process is sometimes used when a large number of proposals are anticipated. Potential interested parties are invited to submit brief descriptive white papers in lieu of full proposals. The Call must state whether an unfavorable white paper evaluation will bar the interested parties from further consideration. Full proposals are requested from those interested party selected in the white paper evaluation process. When proposals are received, they are evaluated, and selection decisions are made.Open: This approach allows for White Paper and/or proposal submission at any time within a specified period or at any time during the Call’s availability. A Call issued against the FAST CSO will be available for maximum of one year. With this approach, White Papers and/or proposals are evaluated as received.Closed: This approach allows for white paper and/or proposal submittals at a specified date and time as set forth within the Call. Late bid and proposal provisions (IAW FAR 52.215-1(c)(3)) are usually included in the Call. White Paper/Proposal Submission: White Papers and/or proposals must be submitted to the Contracting Point of Contact (POC) identified within each Call.Solicitation Request: White papers or Proposals are not requested at this time. White papers or proposals will be solicited via Calls.Evaluations Factors: The primary evaluation factors for selecting proposals for award shall be technical, importance to agency programs, and funds availability. Price shall be considered to the extent appropriate, but at a minimum, to determine that the price is fair and reasonable. Calls may add to these factors (e.g., past performance).Debriefings: Debriefings will be handled in accordance with FAR 52.212-1(l). The cognizant Contracting Officer for each Call will determine the best method to provide debriefings (i.e., phone call, in-person brief, or written).North American Industry Classification System (NAICS) Code: NAICS codes will be identified within each Call issued against this CSO.Type of Contract/Instrument: The government intends to award FAR Part 12, fixed price type contracts as a result of this solicitation; however, the government also reserves the right to award an Other Transaction for Prototype project pursuant to 10 USC 2371b. The government may also award follow-on production contracts related to Other Transaction for Prototype projects issued under this CSO. The government further reserves the right to award all, part, or none of the proposals received. Estimated Program Cost: There is no cumulative ceiling estimated for this CSO. However, individual awards are not anticipated to exceed $100M. Should an offeror desire to submit a solution in excess of this value, the offeror shall contact both the cognizant FAST CSO Contracting Officer and the Call Contracting Officer for the stated area of interest. Detailed estimated cost or funding profiles may be included in Calls and amendments for Open Periods.Anticipated Number of Awards: It is anticipated that organizations will award multiple awards supporting efforts described within Calls. However, organizations issuing Calls reserve the right to award zero, one, or more contracts/agreements for all, some or none of the solicited effort based on the offeror's ability to perform desired work and funding limitations.Brief Program Summary: The objective of the FAST CSO is to provide a mechanism by which the government can partner with industry. To do so, the government must broaden its horizons – in order to bring innovative solutions required to accelerate the efficiency and effectiveness of our nation’s test mission. Awards and agreements will be issued to industry partners offering “innovative solutions” to the described objectives, desired end states, or capability gaps defined by organizations issuing Calls. To be considered, the solutions offered must meet the definition of an innovative solution. For the purposes of this CSO, innovative means any technology, process, or method including research and development, that is new as of the date of the proposal submission; or any new application of an existing technology, process, or method as of the proposal date. Additionally, this CSO may result in the award of research and development contracts/agreements ranging from basic research through operational systems development.Communication Between Prospective Offerors and Government Representatives:Open communication is encouraged. Questions, suggestions, or feedback related to the FAST CSO can be provided to the FAST CSO POC identified within this document.Calls: Specific communications related to objectives within a Call, will be treated in accordance with instructions provided within that Call. Open communications are encouraged otherwise.Communications with any of the points of contact shall not constitute a commitment by the Government to subsequently fund or award any proposed effort. Additionally, only Contracting Officers and Agreements Officers are legally authorized to commit the Government.Technical POCs: Government technical POCs will be identified within each Call. Contracting POCs:Contracting OfficerMarc Venzonmarc_anthony.venzon@us.af.mil661-277-3234Contract SpecialistCarlos A. Barreracarlos.barrera.8@us.af.mil661-277-8438 CSO Primary PCOQuestions, suggestions, or feedback pertaining to the FAST CSO can be sent to the following email: AFTC.PZIEC.FASTCSO@us.af.mil. This email will be monitored by AFTC/PZIEC Contracting Officers. This team will be unable to answer specific questions related to Calls issued against this CSO, and interested parties are to direct questions related to Calls to those POCs identified within the Call.Miscellaneous Information:System for Award Management (SAM) Registration: SAM is the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, agreements, grants, and other assistance related processes. By submission of an offer to a Call under this CSO, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220.Security: Unless otherwise stated in a Call, interested parties should submit unclassified white papers or proposals. If an interested party deems a classified white paper or proposal is necessary, refer to the Contracting POC listed within the Call. Individual Calls will identify whether a Contract Security Classification Specification (DD 254) is applicable to the Call. If a DD 254 is required, offerors must possess all required personnel security clearance, facility clearance, and other infrastructure requirements necessary to perform any proposed classified work in accordance with the referenced DD 254.Cybersecurity: Offerors should be aware of the provision DFARS 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements and clause DFARS 252.204-7020 NIST SP 800-171 DoD Assessment Requirements. If an offeror is required to implement NIST SP 800-171, the offeror shall have a current assessment (i.e., not more than 3 years old) for each covered contractor information system that is relevant to the offer, contract, task order, delivery order, or agreement. DoD Assessments are described in the NIST SP 800-171 DoD Assessment Methodology located at https://www.acq.osd.mil/dpap/pdi/cyber/strategically_assessing_contractor_implementation_of_NIST_SP_800-171.html.[1] See DARS Tracking Number 2018-O0016 Class Deviation – Defense Commercial Solutions Opening Pilot Program. The class deviation allowing the use of a CSO remains in effect until 30 Sep 2022.

USALocation

Place Of Performance : USA

Country : United States

You may also like

Commercial Solutions Opening (CSO) SLD-45

Due: 30 Sep, 2024 (in 6 months)Agency: DEPT OF DEFENSE

Defense Innovation Unit (DIU) Commercial Solutions Opening (CSO)

Due: 16 Sep, 2026 (in about 2 years)Agency: DEPT OF DEFENSE

Finding Agile Solutions for Test (FAST) Commercial Solutions Opening (CSO)

Due: 30 Sep, 2024 (in 6 months)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 541715Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
pscCode AJ12General Science and Technology R&D Services; General science and technology; Applied Research