Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2004 FBO #0836
MODIFICATION

R -- Data Evaluation Support Services

Notice Date
3/9/2004
 
Notice Type
Modification
 
NAICS
541511 — Custom Computer Programming Services
 
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
FA2521-04-R-0028
 
Response Due
3/12/2004
 
Archive Date
3/27/2004
 
Point of Contact
James Loeffler, Contract Specialist, Phone (321) 494-4220, Fax null,
 
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 operation 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 only involve elements of operational support. The contractor will be required to maintain a configuration management (CM) program for effective operation 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, 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 (see attachment 1 to this notice). 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), ADA, and Java languages is mandatory. . Contractor personnel will require DoD security clearances at least at the TOP SECRET/SCI level for key personnel. 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 3 pages and should breifly address the following specific areas: 1. The clearance level of personnel working on the proposed contract. 2. The capabilities of personnel relating to nuclear laboratory operations, laboratory and meteorlogical QA/QC experience, atmospheric mesoscale modeling, atmospheric transport and dispersion modeling, statistics, nuclear physics/engineering. 3. Business size/status. 4. A yardstick estimate of time required from receipt of all computer code until full performance capability is achieved – an estimate of required phase-in time. This notice is not a synopsis or request for proposal, but is a request for information for planning purposes. No obligation will be infered from information offered. A cost plus fixed fee contract is contemplated with a 1 year period of performance. It is anticipated that this requirement will be fulfilled after October of 2005 as part of a larger contract. This contract will be for a one year period after the expiration of the current contract and prior to award of the anticipated larger contract. 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 12 March 2003.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFSC/45CONSb989/FA2521-04-R-0028/listing.html)
 
Place of Performance
Address: Patrick AFB, FL
 
Record
SN00540852-F 20040311/040309230227 (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.