Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2002 FBO #0256
SOURCES SOUGHT

A -- SatAC Support Contract

Notice Date
6/6/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - PL
 
ZIP Code
87117
 
Solicitation Number
F29601-02-R-0006
 
Response Due
6/24/2002
 
Point of Contact
Maggie Howe, Contract Specialist, Phone 505 846 5119, Fax 505 846 1546, - David Castillo, Contracting Officer, Phone 5058533306, Fax 5058461546,
 
E-Mail Address
Margaret.Howe@Kirtland.AF.MIL, david.castillo@kirtland.af.mil
 
Description
Research and development sources are sought for the Air Force Research Laboratory?s (AFRL?s) Directed Energy (DE) Directorate?s Satellite Assessment Center (SatAC). SatAC is the Air Force-chartered organization that evaluates directed energy effects on space systems and performs assessments of space system susceptibilities to directed energy sources for the Department of Defense (reference DoD Instruction 3100.11) and develops tools to perform satellite and space systems technical analyses. Space systems are defined to include satellites, missiles (tactical and ballistic), and the respective supporting architectures. To support this objective, SatAC is interested in augmenting their technical and engineering expertise in the following major areas, to be performed on-site at the Air Force Research Laboratory, Kirtland AFB, NM, and at contractors' facilities, and at third-party facilities: (A) Gathering / Analyzing / Modeling Information; (B) System Assessments; (C) Computer Science Support. Descriptions of each of these major areas follows: (A) Gathering / Analyzing / Modeling Information includes obtaining, analyzing, and utilizing information in order to develop detailed system structural and functional models. (B) Space system assessments are physics-based and include interactions with space weather, laser, radio frequency, high-power microwave, and other directed energy mechanisms from ground, air, space, or other emission sources. Assessments include vulnerability analysis, astrodynamics, and other relevant aspects of system-level analyses. (C) Computer Science Support encompasses development and use of software and databases to support system modeling, system assessment, assessment methodology automation, smart data fusion techniques and methods as applied to: Space Situational Awareness (SSA), databases (multi-tier and relational), artificial intelligence, and automated tools/graphical user interfaces (GUIs) delivered to operational DoD customers. A primary objective of the overall effort is the integration of all these areas to support SATAC research programs such as Space Situational Awareness (SSA) in support of DoD information dominance requirements for space. A read-file is available for review by contacting Capt. Lance Hrivnak, at (505) 846-3342, for an appointment. An indefinite-delivery, indefinite-quantity (IDIQ), cost-plus-fixed-fee (CPFF) completion, term form, type contract is contemplated with a task-ordering period of 7 years. The anticipated maximum ordering value is $49M. Small businesses having the capability to perform this work are invited to submit a statement of capability (SOC) in order for the Government to determine whether the acquisition should be set aside for small businesses. Based on the results of the SOC evaluation, the Government reserves the right to set aside this requirement for small businesses. Offerors shall indicate whether they are/are not a small business, a small disadvantaged business, 8(a), hub-zone certified, woman-owned, or Historically Black College or University. The SOC shall contain pertinent and specific information addressing the following areas: (1) Expertise in state-of-the-art satellite design (ISR, communication, navigation, and weather). (2) Independent research and development programs conducted within the last three years in the technical areas being solicited and a description of significant results of such projects. (3) Experience with the international space industry. (4) Demonstration of ability to conduct experiments in laboratory and field environments and a description of other areas of experience in the performance of experiments. (5) Demonstration of knowledge and understanding of all aspects of the physics, engineering, operation, and function of DoD imaging sensors, such as the AFRL Starfire Optical Range, and the exploitation of their respective data types. (6) Experience with industry standard software codes and tools (for example, C++, FORTRAN, html/xml, ORACLE) (7) Experience working with and interacting within the DOD space control and intelligence communities (8) Experience and ability managing research resources to ensure that technical efforts are completed on schedule, within cost, and capable of supporting sporadic, quick turnaround efforts, and surge capability in support of short-notice, multi-million dollar projects. (9) Demonstration of ability to develop new technical expertise in response to new space control assessment mission areas. Interested small businesses are requested to submit a statement of capability (original plus 2 copies) within 15 calendar days of this announcement, substantiating each qualification described in (1) through (9) above for RFP F29601-02-R-0006 to Det 8 AFRL/PKDL, Attn: Maggie Howe, 2251 Maxwell Avenue SE, Kirtland AFB NM, 87117-5773. Any responses received not addressing all of the above requirements will be rejected. The capability statements shall be limited to 18 pages, not to exceed two pages per area, single spaced, 12-point font, Times New Roman, excluding resumes. Regarding resumes, name, professional qualifications and specific experience of personnel who may be assigned as Program Manager may be included that would enhance our consideration and evaluation of the information submitted. If required, to communicate contractor capabilities, TOP SECRET information will be accepted. Please contact Capt. Lance Hrivnak, at (505) 846-3342, to arrange for delivery of any classified material. However, whenever possible, submitted information will be unclassified. Offerors should be aware that the majority of resources must be employed within a Top Secret environment. A statement must be addressed by prospective offerors as to the ability to obtain, within 30 days of contract award, an industrial security clearance, the personnel and available storage facilities to support work at the Top Secret level. Potential offerors responding to this sources sought synopsis must indicate whether they qualify as a small business under NAICS Code 541710 with a size standard of 500 employees. An organizational conflict of interest clause is anticipated in any resultant contract. Reference AFMC FAR Clause 5352.209-9002, ?Organizational Conflict of Interest? (Jul 1997). This is not a Request For Proposals (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Any costs incurred as a result of this announcement shall be borne by the offeror and will not be charged to the Government for reimbursement. If your interest is in subcontracting possibilities, please indicate this clearly in your submission. All respondents desiring a copy of future solicitations must provide a point of contact, complete mailing address, telephone and fax number, and email address. An Ombudsman has been appointed to mediate concerns from offerors or potential offerors during the pre-proposal phase of competitive, negotiated acquisitions. The Ombudsman does not participate in proposal evaluation or contractor selection. The Ombudsman can work with responsible acquisition officials to respond to concerns, but will not detract from the authorities of the Project Manager or Contracting Officer. When requested, the Ombudsman will maintain the confidentiality of sources. The Ombudsman at Phillips Research Site is Mr. Eugene C. DeWall, Director of Contracting, Det 8 AFRL/PK, 2251 Maxwell Ave SE, Kirtland AFB, NM, 87117-5773; (505) 846-4979. Before contacting the Ombudsman, potential offerors should first refer contracting concerns to the Contracting Officer, David Castillo at (505) 853-3306, or refer technical concerns to the Project Manager, Capt Lance Hrivnak at (505) 846-3342. It is anticipated that contractors will have access to or will generate data that is unclassified with limited distribution and/or subject to U.S. Export Control laws. Therefore, only offerors who are certified by the Defense Logistics Information Services (DLIS) may submit offers. Contact US/Canada Joint Certification Office, DLIS, Federal Center, 74 Washington Ave, North, Battle Creek, Michigan 49017-3084, (800) 352-3572, http://www.dlis.dla.mil/jcp/ , for further information on certification and the approval process. Offerors are required to either submit a copy of the DLIS approved DD Form 2345 with their proposal or to the Contracting Officer if access to unclassified, limited distribution data is required to prepare the proposal. Foreign owned firms are not permitted to participate in this procurement. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (06-JUN-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 13-AUG-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFMC/AFRLPLDED/F29601-02-R-0006/listing.html)
 
Record
SN00140146-F 20020815/020813221704 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may 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.