Business Capability Lifecycle Management (B-CLM) Projects
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
AFDW/PK is providing the Solicitation for Business Capability Lifecycle Management (B-CLM) Projects IDIQ.
It is the Government's intent to solicit and award, via full and open competition, a multiple award Indefinite Delivery Indefinite Quantity contract with a firm fixed priced Contract Line Item Number (CLIN) for Ad Hoc Projects and a Time and Materials CLIN for Travel. This requirement will have a base year of twelve (12) months with four (4) twelve (12) month option ordering periods.
General. This is a non-personal services contract to provide Business Capability Lifecycle Management (B-CLM) services for the United States Air Force-wide business management improvement projects. The Government shall not exercise any supervision or control over the contract employees performing the services herein. Such contract employees shall be accountable solely to the Contractor who, in turn, is responsible to the Government.
Background. The Office of the Deputy Under Secretary of the Air Force, Management and Deputy Chief Management Office (SAF/MG) is continuing to look for more effective and efficient ways to support Air Force business operations and refine the development of Defense Business System (DBS) requirements supporting the Business Mission Area (BMA) Information Technology (IT). The Air Force has a requirement for business system information system management Advisory and Assistance Services (A&AS) that includes, but are not limited to, the following categories: technical and engineering; information and data management; process engineering; performance assessment; change management, facilitation, project management, and scheduling. In addition, this effort shall support SAF/MG assessments of progress toward Air Force strategic and program mission objectives. The Contractor is required to provide tools, equipment, personnel, and supervision necessary to support tasks to be described in orders issued under the contract vehicle.
The Air Force is integrating the requirements of AFMAN 33-402, Services Development and Delivery Process (SDDP) into AFMAN 63-144, "Defense Business System Life Cycle Management" in the near future. This effort implements DOD Instruction 5000.75 for Business Systems Requirements and Acquisition that include requirements, acquisition and IT compliance. Contractor experience outside of the Defense Department in accomplishing relevant work as described in this PWS provides the Government innovative approaches for enhancing execution.
Objective. The objective of this requirement is to obtain contractor support for an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract for SAF/MG. SAF/MG is responsible for business/mission transformation seeking to make the USAF's organize, train, and equip responsibilities more effective for our warfighter through the development and adoption of more efficient business/mission practices and performance measures. Additionally SAF/MG is responsible for guiding the Air Force to reduce overall cost of operations consistent with direction from the Office of the Secretary of Defense and the Office of Management and Budget. Services and deliverables shall include: management and professional services; and engineering and technical expertise. These services shall not include inherently governmental functions as discussed in FAR Subpart 7.5, "Inherently Governmental Functions".
The Government has included the following attachments in the RFP:
1. Addendum to 52.212-1, Instructions to Offerors
2. Addendum to 52.212-2, Evaluation Criteria
3. Performance Work Statement (PWS)
4. Quality Assurance Surveillance Plan
5. Task Order Ordering Guide
6. B-CLM Projects SWAG Scenario
7. B-CLM Projects SWAG Evaluation Criteria
8. Task Order 0001
9. Pricing Sheets
10.DD254- Stating this will be a Secret contract
11. Past Performance Questionnaire and Letter
It is vital that each interested party/vendor carefully reviews Attachment 1 - Addendum to 52.212-1 BCLM Projects for the full breakdown of the submission and proposal timeline. The date listed on this announcement is the final proposal due date.
Points of Contact: Contracting Officer, Theresa L. Terry, MSgt, USAF and Contract Specialist (CS), Traenesha L. Miliner are the sole points of contact for this acquisition.