Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2002 FBO #0061
SOLICITATION NOTICE

A -- Demonstration Support Contract

Notice Date
1/30/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
F30602-02-R-0004
 
Response Due
2/14/2002
 
Point of Contact
Douglas Rosenthal, Contract Specialist, Phone (315) 330-1957, Fax (315) 330-8055,
 
E-Mail Address
rosenthd@rl.af.mil
 
Description
The Air Force Research Laboratory, Rome Research Site (AFRL Rome), has a requirement for research and development in the area of Demonstration Support. A COST PLUS FIXED FEE/LEVEL OF EFFORT type contract with a period of performance of Forty Eight months is anticipated to Provide a broad range of effort to support Research and Development, Test and Evaluation experiments and demonstrations conducted at the Air Force Research Laboratory (AFRL), Rome Research Site (RRS) facilities located in Rome NY, two RRS remote research facilities located within a 35 mile radius of Rome NY (Newport and Stockbridge), and at other facilities/locations as required. The effort will include: participate in planning and conducting the infusion and integration of hardware, software, equipment, and instrumentation into technology experiments, demonstrations, and evaluation programs and field exercises; design and develop hardware, equipment, instrumentation and measurement procedures; maintain, modify, upgrade, and operate equipment, hardware, instrumentation, and LANs/WANs; develop test plan documentation; analyze , evaluate , and document technical data; provide software development, maintenance, and upgrades; provide technical project planning and coordination; prepare and present formal and informal briefings; attend technical meetings for the purpose of providing technical expertise; provide mechanical design and drafting using computer aided design (CAD) software; provide specialized support, e.g., welding, structural ironwork, rigging, operation of heavy construction equipment, and geodetic surveying support; maintain and operate test ranges and research facilities; provide engineering management, program management, resource management, and real property management support; provide reimbursable purchase support; provide vehicle and heavy equipment support; etc. Each of the RRS research facilities is unique and requires specialized support to perform its dedicated mission. For example, the High Bay Anechoic Chamber Facilities provide a free space electromagnetic environment, RF sources, instrumentation, and support equipment to perform detailed antenna pattern measurements and evaluation of RF systems and interfaces. The Systems Demonstration Laboratory is a fully equipped, multi-use laboratory to support the development, integration, test, evaluation, and analysis of breadboards, prototypes, and/or Advanced Development Models (hardware/software) as well as being a staging area to support demonstrations and field exercises at other locations. The Command and Control Technology Center (C2TC) serves principally as a software development, integration, demonstration, test, and evaluation facility for advanced Command and Control systems. It consists of numerous configurable research areas and various Sun Microsystems and Silicon Graphics Workstations, Sun and Compaq Enterprise Servers, numerous PC (Windows 98, NT and 2000) Workstations, Large Screen and Interactive Display Systems, Speech Recognition Systems, ATM Switches, as well as a variety of additional peripheral devices including printers, disk storage and display systems. The Communications Networking Facility supports research and testing in the area of networking, including protocols, network architectures, and network management. It contains an extensive, integrated assembly of communication networks as well as the ability to reconfigure, modify, test, and analyze actual traffic and proofs-of-concepts. The Low Data Rate (LDR) Reachback Facility supports research and testing of improved communications techniques and equipment for command and control of assets such as aircraft and aircrews, air refueling, cargo and passengers operations. It consists of satellite ground terminals, mobile communications van, laboratory facilities with hardware/software, equipment and instrumentation, and access to asynchronous Transfer Mode (ATM) networks. The Software Radio Development System (SoRDS) and Rapid Radio Prototyping Testbed (RRPT) which are located in the Communications Experimental Facility (CEF) support the development and evaluation of advanced signal processing techniques for insertion into the JTRS radio program, software radio programs, and accelerate advances in voice/data communications. The remote Newport and Stockbridge Research Facilities supports research and testing of state-of-the-art equipment and antenna systems on full size airframes. The Newport Research Facility primarily evaluates full size tactical airframes such as the A-10, AH-1 Cobra, C-12, F-4, F-14, F-15, F-16, F-22, F-111, RAH-66 Comanche, etc. and the Stockbridge Research Facility evaluates larger size strategic type airframes such as the B-1, B-52, C-130, KC-135, etc. The Newport Research Facility has a number of "far field elevated" outdoor ranges and the Stockbridge Research Facility has one "near field range". All of the ranges are fully instrumented and controlled by modern automated digital data acquisition systems. Bidders must demonstrate capabilities in the described areas of interest in response to this notice as well as their ability to manage a multi-year contract of this broad scope and magnitude. Visits to the RRS research facilities may be arranged by contacting Vincent S. Janik, Program Manager at 315-330-2541. A read library containing technical information relating to this acquisition is available for review by potential offerors at Bldg. 3, Room 1061A, 525 Brooks Road, Rome, NY 13441-4505 ; Bldg. 3 is located at the Griffiss Business and Technology Park. Appointments for access may be made by contacting Vincent S. Janik, 315-330-2541 at least 48 hours in advance. The successful contractor may receive and/or generate technical data subject to export control in the performance of the contract. Therefore, prospective offerors must provide a complete and approved DD Form 2345 which certifies the offeror is on the Certified Contractors Access List (CCAL) or the offeror is seeking application to CCAL. The successful offeror must have a completed and approved DD Form 2345 prior to award. For further information on the CCAL, contact the Defense Logistics Service Center at 1-888-352-9333 or on the web at http://www.dlis.dla.mil/ccal. Foreign participation is excluded at the prime contractor level. Top Secret clearances will be required for performance. The entire solicitation will be issued on the Federal Business Opportunities (FedBizOpps) web site at http://www.fedbizopps.gov (select "FBO for Vendors", at Agency, USAF, click on "Offices", at Office, "Air Force Materiel Command", click on "Locations", at Locations, "AFRL, Rome Research Site, Rome NY", click on "Posted Dates".) The FedBizOpps offers a registration service that will send an e-mail notification when a change is made to this announcement. To register, click on the "Register to Receive Notification" button at the end of this announcement in the FedBizOpps. This service is provided for convenience only and does not serve as a guarantee of notification. In addition to this registration, any prospective offerors interested in submitting a proposal for this solicitation must register by e-mail directly with the Contract Specialist at email: at rosenthd@rl.af.mil in order to be placed on the List of Registered Parties. Include your company name, address, telephone number and point of contact, fax number, e-mail address and Commercial and Government Entity (CAGE) code. The Contract Specialist will post this list on the FedBizOpps along with the solicitation to facilitate subcontracting and teaming opportunities only. Offerors registering their name either on the FedBizOpps or with the Contract Specialist should not conclude that they will receive a paper copy of the solicitation in the mail. Paper copies will not be available. The solicitation and any amendments thereto will only be available by downloading the documents from the FedBizOpps. All prospective offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. An Ombudsman has been appointed to hear significant concerns from offerors or potential offerors during the proposal development phase of this acquisition. Routine questions, such as clarifications of the Statement of Work or the terms and conditions, are not considered to be "significant concerns" and should be communicated directly to the Contract Specialist, Doug Rosenthal, Phone 315-330-1957. The purpose of the Ombudsman is not to diminish the authority of the contracting officer or program manager, but to communicate contractor concerns, issues, disagreements and recommendations to the appropriate Government personnel. The Ombudsman for this acquisition is Ms. Linda W. Reed, Deputy Chief, Contracting Division, at 315-330-7748. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The Ombudsman should only be contacted with issues or problems that have been previously brought to the attention of the Contract Specialist/Contracting Officer and could not be satisfactorily resolved at that level. No telephone requests for the solicitation will be honored. All requests must be addressed to the attention of Contract Specialist, Douglas J. Rosenthal, email: rosenthd@rl.af.mil, reference the code S-2-3600, and contain the respondent's Commercial and Government Entity (CAGE) code, email address, mailing address and FAX number. The solicitation is expected to be released no earlier than 1 Feb 2002. Refer to the www.if.afrl.af.mil/div/IFK/afbop/ifkr_research_templ.html for any milestone updates. All responsible sources may submit a proposal in response to the RFP which shall be considered.
 
Record
SN20020201/00020536-020130210203 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.