Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2003 FBO #0495
SOLICITATION NOTICE

R -- Data Evaluation Support Services

Notice Date
4/7/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 989), 1030 S. Highway A1A MS 1000, Patrick AFB, FL, 32925-3002
 
ZIP Code
32925-3002
 
Solicitation Number
F08650-03-R-0034
 
Archive Date
5/10/2003
 
Point of Contact
James Loeffler, Contract Specialist, Phone (321) 494-4220,
 
E-Mail Address
james.loeffler@patrick.af.mil
 
Description
Sources are sought to identify firms capable of providing management, technical expertise, supervision, tools, equipment, supplies, labor and quality control necessary to provide data evaluation support services to the Air Force Technical Applications Center (AFTAC), Reactor Products Program (RPP). AFTAC/RPP provides national authorities with quality data analysis and technical evaluations on nuclear treaty compliance. The anticipated contract requires proficiency in nuclear engineering/physics, statistics, atmospheric modeling/analysis, and computer software design and maintenance. Nuclear expertise supports data collection, analysis, quality assurance, and evaluation requirements. Atmospheric modeling expertise supports development and maintenance of a suite of government owned and commercial off-the-shelf atmospheric models. The majority of work is done off-site but some on-site support at Patrick AFB, FL will be required. Contractor presence in the local area is required to provide a responsive framework for adapting or modifying technologies to enhance mission effectiveness. Nuclear data analysis begins with quality control (QC) and quality assurance (QA) throughout a radionuclide laboratory network. This includes checking data for trends and biases within and between laboratories and reporting findings via reports and meetings. The contractor will be required to employ industry accepted quality control techniques to analyze data from standard laboratory analysis of pay samples to include statistical analysis of mass spectrometry blind standards in order to provide an evaluation of laboratory performance and analytical studies to diagnose QA problems associated with laboratory processes or measurement techniques. Meteorological data support includes processing, preprocessing, visualization and other analysis techniques. Oracle database technology is used for both nuclear and meteorological databases. All models and analysis tools function in an integrated environment. It is anticipated that the effort will involve elements of both Research and Development (R&D) and operational support. R&D requirements will include: identifying evolving technologies in atmospheric transport and dispersion and nuclear engineering/physics disciplines; exploring and designing unique evaluation capabilities tailored to the RPP mission area; and, integrating all research efforts into the functional data evaluation system. The contractor will be required to maintain a configuration management (CM) program for effective development and maintenance of the RPP Data Evaluation System (DES). The CM will include the integration and updating of meteorological, statistical, data management, and other analytical tools in the RPP analysis and evaluation process. In addition, the contractor must identify, evaluate, design, develop, test, implement, and document approved changes for operational systems. Operational support will involve: The operation and maintenance of numerous in-house systems developed for AFTAC's unique mission. The complexity of supporting these systems requires the contractor to have, at a minimum, expertise in hardware and software CM and systems integration experience on SUN, SGI, NT, and LINUX Cluster architectures. Software expertise in Fortran (family), C (family), and Java languages is mandatory. Responding parties should also indicate their size status in relation to the applicable NAICS Code, NAICS Code, 541330, Size Standard, $4,000,000. Sources with 8(a) status or otherwise classified as a small disadvantaged business should address their status in their responses. Contractor personnel will require DoD security clearances at least at the TOP SECRET/SCI level. Handling of material up to TOP SECRET/SCI is required. Storage and Facility clearances of at least the TOP SECRET/SCI level are required. This sources-sought synopsis is an invitation for all qualified sources that contemplate submitting a proposal under a future RFP for this requirement to identify themselves. Sources should submit a brief capabilities statement in response to this notice. Responses must be limited to no more that 10 pages and should address the following specific areas: 1. The clearance level of personnel working on this contract. 2. The experience and educational background of personnel relating to nuclear laboratory operations, atmospheric mesoscale modeling, atmospheric transport and dispersion modeling, metoerological datamining, statistics, nuclear physics/engineering, data acquisition, 3. The experience and educational background of personnel in hardware configuration management and support and software engineering and graphical design and implementation. 4. Business size/status 5. Specific relevant work completed or currently being performed to include description of the work and points of contact. A cost plus fixed fee contract is contemplated with a 1 year basic period and four 1 year priced option periods. This synopsis is for planning purposes only and does not commit the Government to pay for information requested, issue a solicitation, or award a contract. Responses may be mailed to 45CONS/LGCCB, Attn: James Loeffler, 1030 S. HWY A1A, Bldg 989, MS 1000, Patrick AFB, FL, 32925-3002. Responses may also be e-mailed to james.loeffler@patrick.af.mil. Questions may also be e-mailed to this address. Responses are due no later than 25 Apr 03.
 
Record
SN00297441-W 20030409/030407213536 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.