Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2021 SAM #7027
SPECIAL NOTICE

99 -- Request for Information (RFI) for System Theoretic Process Analysis (STPA)

Notice Date
2/22/2021 9:00:59 AM
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA8204 AFNWC PZBA HILL AFB UT 84056-5837 USA
 
ZIP Code
84056-5837
 
Response Due
3/9/2021 3:00:00 PM
 
Archive Date
03/24/2021
 
Point of Contact
Allison Ianniello, Phone: 8017756735, Todd Brady, Phone: 8015866916
 
E-Mail Address
allison.ianniello.1@us.af.mil, todd.brady@us.af.mil
(allison.ianniello.1@us.af.mil, todd.brady@us.af.mil)
 
Description
Request for Information (RFI) Ground Based Strategic Deterrent (GBSD) System Theoretic Process Analysis (STPA) Instruction 1.0� Purpose This RFI is intended to gather information and feedback from potential sources as a part of market research for STPA instruction to the GBSD government team. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes-it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, the U.S. Air Force (USAF) is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. 2.0� Background The Air Force Nuclear Weapons Center (AFNWC) Ground Based Strategic Deterrent (GBSD) directorate is considering competition of System Theoretic Process Analysis (STPA) instruction services. The GBSD program is wholesale recapitalization of the US Air Force�s ground based intercontinental ballistic missile weapon system. The program will result in the replacement of the missile itself, supporting ground based elements, and other ancillary elements. The GBSD program office has chosen to incorporate STPA as a fundamental analysis method used throughout the program and there is a current requirement to conduct STPA analysis of the GBSD system. While the focus of the analysis is on system safety, cybersecurity, and nuclear surety; the prime contractor shall conduct a comprehensive STPA review of the proposed/designed weapon system. The Government will review the analysis deliverables for completeness and quality. 3.0 Requested Information: 3.1. Please describe your entity�s experience with the STPA process. 3.2. Please describe your entity�s experience with STPA instruction. 3.3. Please describe your entity�s experience with professional engineering education. 3.4. Please describe your entity�s experience with providing interactive instruction both in person and via virtual means. 3.5. Please describe your entity�s experience in providing practitioner level STPA training to attendees. 3.6. Please describe your entity�s experience in providing STPA training allowing attendees to review others STPA analysis. 3.7. Please describe your entity�s experience in providing multiple year instruction to the same organization on the same general subject matter.��������������������������������������������������������������� Please provide any additional pertinent information deemed appropriate or necessary in order to provide your answer. 4.0� Responses Interested parties are requested to respond to this RFI with a white paper. White papers in Microsoft Word for Office 2010 or Adobe Acrobat PDF compatible format are due no later than 9 March 2021, 16:00 MST. Unclassified responses shall be submitted via electronic mail to Todd Brady, Contracting Specialist and Allison Ianniello, Contracting Officer, to the email addresses provided below in section six (6).� Interested parties shall follow instructions on how to deliver white paper response package content. The white paper response to this RFI shall be structured/organized in two separate sections.� Your response should not exceed 10 pages in length. 4.1.����� Section 1 of the white paper response shall provide administrative information, and shall include the following as a minimum (Responses to Section 1 of the white paper response package shall be limited to 5 pages, and is not included in the page limit above.): 4.1.1.�� Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact. 4.1.2.�� A statement that the responder will allow the Government to release any contractor proprietary data to Government support contractor personnel and FFRDCs/UARCs in their role supporting the program office. The support contractors are: BAE Systems, Inc Booz Allen Hamilton (BAH) The FFRDCs/UARCs are: The Aerospace Corporation Carnegie Mellon University Software Engineering Institute John Hopkins University Applied Physics Laboratory MIT Lincoln Laboratories The MITRE Corporation RAND Corporation Sandia National Laboratories The responding company may require each such covered Government support contractor to enter into a non-disclosure agreement directly with the Contractor (or the party asserting restrictions) regarding the covered Government support contractor�s use of such data, or alternatively, that the Contractor (or party asserting restrictions) may waive in writing the requirement for a non-disclosure agreement. If the interested contractor objects to release of its proprietary data, please indicate so in writing. Please indicate if you agree or disagree to the release of proprietary data to Government support contractors.� 4.1.3.�� Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon the North American Industry Classification System (NAICS). �Small business concern� means a concern, (including its affiliates) that is independently owned and operated, not dominant in the field of operation in which it is bidding on. The proposed NAICS code for this acquisition is 541330 ""Engineering Services"".� 4.1.4.�� The responder�s facility security clearance. 5.0 Industry Discussions Government representatives may choose to meet with responding companies for follow-up discussions. �If interested in a meeting, please email point of contacts in paragraph 6.0 below. 6.0 Questions Questions regarding this announcement shall be submitted via email to Todd Brady, Contracting Specialist at todd.brady@us.af.mil and Allison Ianniello, Contracting Officer at allison.ianniello.1@us.af.mil .Questions received NLT 9 March 2021 may be posted with answers to Beta.SAM. 7.0 Summary This announcement constitutes an RFI issued pursuant to FAR 52.215-3 � Request for Information or Solicitation for Planning Purposes.� No solicitation exists; therefore, please do not request a copy of the solicitation. This RFI is only to support market research for the production phase. The information provided in this RFI is subject to change and is not binding on the Government. The USAF has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e96986b033c04c419476b76ea6a3baf6/view)
 
Place of Performance
Address: Hill AFB, UT 84056, USA
Zip Code: 84056
Country: USA
 
Record
SN05922620-F 20210224/210222230106 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.