Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2002 FBO #0279
SOLICITATION NOTICE

A -- Space Object Awareness Research

Notice Date
8/2/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - PL
 
ZIP Code
87117
 
Solicitation Number
F29601-02-R-0006
 
Response Due
8/16/2002
 
Point of Contact
Maggie Howe, Contract Specialist, Phone 505 846 5119, Fax 505 846 1546, - Louise Kisner, Contract Specialist, Phone 505 846 9691, Fax 505 846 1546,
 
E-Mail Address
Margaret.Howe@Kirtland.AF.MIL, Louise.Kisner@kirtland.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Notice of Contract Action (NOCA). A Sources Sought Synopsis was released on 6 June 2002, with no amendments, under the project entitled, ?SatAC Support Contract?. This announcement is to notify all interested parties that Det 8 Air Force Research Laboratory (AFRL) at Kirtland AFB NM anticipates releasing a solicitation F29601-02-R-0006 on or about 15 August 2002 entitled, ?Space Object Awareness Research (SOAR)?. AFRL?s Directed Energy (DE) Directorate?s Satellite Assessment Center (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. Proposals will be due thirty days after the RFP release date. A Draft Request for Proposal will not be issued for this acquisition; however, documents contained in the RFP will be available for viewing on the FedBizOpps website at http://www.fedbizopps.gov. Offerors responding to this announcement must monitor the website for potential changes to the acquisition. Amendments and questions and answers concerning the announcement will be posted exclusively on the website. All posted information will clearly display its date of posting. Offerors are reminded of the requirement to acknowledge all amendments (if any) in their proposal. This acquisition will be solicited as a 100% Small Business Set-Aside. An indefinite-delivery, indefinite-quantity, cost-plus-fixed-fee task order type contract is contemplated, with task orders issued as either completion or term form, to be determined prior to task order award. It is anticipated that contractual effort will consist of one (1) award for an ordering period of seven (7) years from date of award, with a maximum ordering value of $49M. The security classification of the contract is expected to be TOP SECRET/SCI. Foreign owned firms are not permitted to participate in this procurement. It is anticipated that contractors will have access to or will generate data this 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 Avenue, North, Battle Creek MI 49017-3084, (1-888) 352-9333, 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. All offerors must be registered in the Central Contracting Registration (CCR) to be eligible to receive a contract award. All offerors must register on a one-time basis and annually confirm accuracy and completeness of registration information. Instructions for CCR can be accessed at http://www.ccr.dlsc.dla.mil. 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 Avenue SE, Kirtland AFB NM 87117-5773; (505) 846-4979. Before contacting the Ombudsman, potential offerors should first refer contracting concerns to the Contracting Officer, Louise G. Kisner at (505) 846-9691, or refer technical concerns to the Project Manager, Capt Lance Hrivnak, at (505) 846-3342. All respondents desiring a copy of the solicitation must provide a Point of Contact, a mailing address, a telephone number, fax number and assigned Commercial and Government Entity (CAGE) code to the following address: Det 8 AFRL/PKDL, Attn: Maggie Howe, Directed Energy Contracting Division, 2251 Maxwell Avenue SE, Kirtland AFB NM 87117-5773. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (02-AUG-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 05-SEP-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)
 
Place of Performance
Address: Det 8 AFRL/PKDL 2251 Maxwell Avenue SE Kirtland AFB NM
Zip Code: 87117-5773
Country: USA
 
Record
SN00159362-F 20020907/020905220939 (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.