The Air Force AFICA Information Analysis Center Multiple Award Contract (IAC MAC) is a 9-year $28 billion Research & Development opportunity open to both Small Business set-asides as well as large businesses. This IDIQ will have 29 awardees, 19 for unrestricted/F&O and 10 awardees for SB set-asides. The full RFP will be issued in the first week of October 2017.
Below is a short analysis of the opportunity and its proposal requirements.
IAC MAC Scope:
The IAC MAC task orders cover basic and applied research, RDT&E (Research, Development, Test, and Evaluation), R&D related analytical services, and development of doctrine, tactics, and plans. The RDT&E services have the following subcategories:
-
Basic Research
-
Applied Research
-
Advanced Technology Development (ATD)
-
Advanced Component Development and Prototypes (ACD&P)
-
System Development and Demonstration (SDD)
-
RDT&E Management Support
-
Operational System Development
TO’s Technical Focus Areas:
The TOs under the IAC MAC will cover the following Focus Areas:
Defense Systems:
-
Weapons Systems
-
Autonomous Systems
-
Autonomous Systems
-
Survivability & Vulnerability
-
RMQSI
-
Advanced Materials
-
Military Sensing
-
Energetics
-
Directed Energy
-
Non-Lethal Weapons and Information Operations
-
C4ISR
Cyber-Security and Information Systems
-
Cyber-Security
-
Software and Data Analysis
-
Modeling & Simulation
-
Knowledge Management and Information Sharing
Homeland Defense and Security
-
Homeland Security & Defense
-
Critical Infrastructure Protection
-
Weapons of Mass Destruction
-
Biometrics
-
Medical
-
Cultural Studies
-
Alternative Energy
-
CBRN Non-Laboratory
-
CBRN Laboratories
Award Pools:
Based on the above Focus areas, IAC MAC will have the following three (3) award pools. Pool 1 and 2 cover all of the Focus Areas except for TOs which require Non-Governmental CBRN Labs which are covered by Pool 3 awardees. (CBRN = Chemical, Biological, Radiological or Nuclear)
The award program for each Pool is as follows:
-
Pool 1: Unrestricted Full and Open – 15 awardees
-
Pool 2: Small Business Set-Aside – 10 awardees
-
Pool 3: Unrestricted Full and Open CBRN Laboratories – 4 awardees
You can participate in any or all pools but need to submit separate proposals for them.
Proposal Structure:
Unrestricted Full & Open (Pool 1 and 3) Proposals:
Volume 1 – Factor 1 Technical Capability
Subfactor 1a – Sample TO1 (RMQSL, Weapon Systems and Software Data and Analysis -~$32-42M)
Subfactor 1b – Sample TO2 (Military Sensing, Survivability & Vulnerability, and Cyber Security – !$32-42M)
Subfactor 1c – Demonstrated Capability Narrative (All remaining 16 technical focus areas)
Subfactor 1d – Program Management
Subfactor 1e – Small Business Participation Plan
Volume II – Factor 2 Past Performance
10 Past Performance contracts with 5 from Prime
Volume III – Factor 3 Cost/Price
Volume IV – Contract Documentation
Small Business (Pool 2) Proposals:
Volume 1 – Factor 1 Technical Capability
Subfactor 2a – Sample TO3 (Survivability & Vulnerability, Weapon Systems, and Software Data and Analysis – ~$12-15M)
Subfactor 2b – Demonstrated Capability Narrative (11 out of remaining 19 technical focus areas)
Subfactor 2c – Program Management
Subfactor 2d – Small Business Participation Plan
Volume II – Factor 2 Past Performance
8 Past Performance contracts with 4 from Prime
Volume III – Factor 3 Cost/Price
Volume IV – Contract Documentation
Unrestricted Full and Open (Pool 3) CBRN Labs Proposals:
Volume 1 – Factor 1 Technical Capability
Subfactor 3a – Sample TO4 (CBRN Labs and Survivability & Vulnerability, Modeling & Simulation, RMQSI, and Weapons Systems – ~$32-42M)
Subfactor 3b – Program Management
Subfactor 3c – Small Business Participation Plan
Volume II – Factor 2 Past Performance
5 Past Performance contracts with 2 from Prime
Volume III – Factor 3 Cost/Price
Volume IV – Contract Documentation
Evaluation:
The Government will use a Combination Subjective Tradeoff/Technically Acceptable-Unacceptable Approach Source Selection Process to make an integrated assessment for a best value award decision.
For each Pool, Technical Capability (Factors 1) and Past Performance (Factor 2) are equal and when combined, are significantly more important than Cost/Price (Factor 3).
Those companies in each pool that are determined for all Technical Subfactors to be at least technically “Acceptable”, and evaluated under Factor 2 Past Performance as having a confidence rating of “Substantial” or “Satisfactory” and provide a fair and reasonable cost/price, either initially or as a result of discussions, will be arranged by Most Probable Cost (MPC), including option periods, from lowest to highest by competition pool.
Note: Volume II (Past Performance) is due 30 days after the RFP release and the rest of the volumes are due 45 days after the RFP release.
Other Factors:
-
The Prime Contractor MUST possess a minimum Interim Top Secret Facility Clearance. Each partner of a Joint Venture Prime Contractor must possess a minimum Interim Top Secret Facility Clearance at the time of proposal submission.
-
In addition, one of the below certifications must be available at the time of award:
-
CMMI Level III (DEV or SVC)
-
ISO 9001:2008/2015
-
ISO 27001:2013
-
AS9100D
-
-
Cost rates and applications must be verifiable by the cognizant Defense Contract Audit Agency (DCAA) and/or Defense Contract Management Agency (DCMA). You must provide a point of contact of the cognizant Federal agency having the necessary information to validate the status of your accounting systems, purchasing system, financial competence, etc.