Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2004 FBO #0908
MODIFICATION

A -- Signals Intelligence Processing Capabilities

Notice Date
5/20/2004
 
Notice Type
Modification
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH, 45433-5309
 
ZIP Code
45433-5309
 
Solicitation Number
SIPC
 
Response Due
5/18/2004
 
Archive Date
9/30/2004
 
Point of Contact
Ms. Joey Pence,937-257-2135 x4542
 
E-Mail Address
Email your questions to joey.pence@wpafb.af.mil
(joey.pence@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
20 May 04 Please see Solicitation Number 04R2003 for notice posted today. 14 May 04 Solicitation Number 04R2003 received a notice today; the purpose was to reinstate the 3 May 04 notice which was inadvertently deleted when the 13 May 04 Agenda was posted. 13 May 04 SIGINT Engineering Support Services Industry Day Agenda can be seen in PIXS under Solicitation Number 04R2003. 3 May 04 The purpose of this update is to give notice of a name change to Signals Intelligence Processing Capabilities (SIPC) and to inform interested parties of the upcoming Industry Day. SIPC will now be known as SIGINT Engineering Support Services (SESS). It is listed in PIXS under Solicitation Number 04R2003. The information concerning Industry Day can be found at that site. If you have any questions, please contact Ms. Joey Pence at 937-257-2135 x4542 or e-mail at joey.pence@wpafb.af.mil SIPC dated 22 Mar 04, 1st sentence now identifies the type of contract as "time and materials" -- response date remains 2 Apr 04. Signals Intelligence Processing Capabilities 22 Mar 04 The National Air and Space Intelligence Center (NASIC), Signals Exploitation Division, Wright-Patterson AFB is contemplating a 5-year, single award, time and materials contract to provide the necessary hardware, software, and integration support to NASIC. Potential sources must provide in their response to this announcement the following information: (1) Evidence of the ability to procure, upgrade, maintain, and integrate the hardware and software necessary to improve NASIC's signals intelligence processing laboratory and its associated processing capability, maximize architectural commonality, minimize technical risks, and decrease life cycle costs. (2) Evidence of the ability to develop and implement new analog and digital hardware and software techniques and technologies in a signal processing laboratory environment. (3) Evidence of the ability to provide technical and engineering support related to the processing and analysis of signals data, and to ensure compatibility with Air Force and national collection standards. (4) Evidence of the ability to establish a teaming agreement among several companies that addresses the above requirements. (5) Engineers shall hold at least a Bachelors degree in electrical engineering or related science discipline from an accredited institution and have at least 5 years of specific experience with radar signal analysis, instrumentation and/or data transmission. (6) Technical support workers shall have at least 5 years experience from the following areas: radar, instrumentation and data transmission data collection; radar, instrumentation and data transmission data analysis; processing, database management, and support and collection requirements and management. (7) Evidence of the ability to obtain a SSBI for all engineers and technical support personnel before contract award. (8) Evidence that the contractor can provide other qualified personnel with at least 80% having TOP SECRET/SCI level clearance with appropriate compartments in accordance with Industrial Security Manual (DoD 5220.22M) by contract award. (9) Evidence that the contractor owns or has access to an accredited SCI facility by contract award. This facility should a minimum of 2,000 square feet in size. This area should be divided with a minimum of 1,000 square feet configured as SCI/laboratory space for equipment development and 1000 square feet configured as SCI office/conference room space. This facility must reside within a 100-mile radius from WPAFB. (10) Evidence that the contractor has: (a) engaged in this type of service business for at least the past 3 years; (b) successfully managed and maintained professional support to customers for the last 3 years [submit names, addresses, and phone numbers of references and a point of contact for each]; (c) the necessary equipment, personnel, and financial resources to fulfill the requirements of this contract; (d) the experience and capability to accomplish the services required in the contract. Foreign participation is not authorized or allowed. An industry day will be held tentatively on the 25t and 26th of May 2004. All respondents shall indicate their size status in relation to the applicable NAICS code 541512/Standard Industrial Classification (SIC) code 7373 (size standard $21M). Also, identify and address if they are a large, small, 8 (a), woman owned, HUBZone, or otherwise classified as a small disadvantaged business in their responses. All interested firms shall submit a capabilities package that outlines their firm's capabilities in providing all of the above- mentioned services. Provide all management and labor required for the operation and management as well as the ability to procure hardware and software. Provide the anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities packages should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Previous experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 15 single-spaced, 10 point typed pages. Submit the packages within 15 days after publication of this announcement to Ms. Joey Pence, ASC/PKN, Bldg 1, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB, OH 45433-5309, telephone: 937- 257-2135 x4542. Signals Intelligence Processing Capabilities The National Air and Space Intelligence Center (NASIC), Signals Exploitation Division, Wright-Patterson AFB is contemplating a 5-year, single award contract to provide the necessary hardware, software, and integration support to NASIC. Potential sources must provide in their response to this announcement the following information: (1) Evidence of the ability to procure, upgrade, maintain, and integrate the hardware and software necessary to improve NASIC's signals intelligence processing laboratory and it's overall processing capability, maximize architectural commonality, minimize technical risks, and decrease life cycle costs. (2) Evidence of the ability to develop and implement new analog and digital hardware and software techniques and technologies. (3) Evidence of the ability to provide technical and engineering support related to the processing and analysis of signals data, and to ensure compatibility with Air Force and national collection assets. (4) Evidence of the ability to establish a teaming agreement among several companies that addresses the above requirements. (5) Engineers shall hold at least a Bachelors degree in electrical engineering or related science discipline from an accredited institution and have at least 5 years of specific experience with radar, instrumentation and/or data transmission. (6) Technical support workers shall have at least 5 years experience from the following areas: radar, instrumentation and data transmission data collection; radar, instrumentation and data transmission data analysis; processing, database management, and support and collection requirements and management. (7) Evidence of the ability to obtain a SSBI for all engineers and technical support personnel before contract award. (8) Evidence that the contractor can provide other qualified personnel with at least 80% having TOP SECRET/SCI level clearance with appropriate compartments in accordance with Industrial Security Manual (DoD 5220.22M) by contract award. (9) Evidence that the contractor owns or has access to an accredited SCI facility by contract award. This facility should be large enough to provide an environment to complete the many and varied tasks required by this contract and be in a 100-mile radius from WPAFB. (10) Evidence that the contractor has: (a) engaged in this type of service business for at least the past 3 years; (b) successfully managed and maintained professional support to customers for the last 3 years [submit names, addresses, and phone numbers of references and a point of contact for each]; (c) the necessary equipment, personnel, and financial resources to fulfill the requirements of this contract; (d) the experience and capability to accomplish the services required in the contract. Foreign participation is not authorized or allowed. An industry day is expected to be held sometime in May 2004. All respondents shall indicate their size status in relation to the applicable NAICS code 541512 (size standard $21M). Also, identify and address if they are a large, small, 8(a), woman owned, HUBZone, or otherwise classified as a small disadvantaged business in their responses. All interested firms shall submit a capabilities package that outlines their firm's capabilities in providing all of the above-mentioned services. Provide all management and labor required for the operation and management as well as the ability to procure hardware and software. Provide the anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities packages should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Previous experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 15 single-spaced, 10 point typed pages. Submit the packages within 15 days after publication of this announcement to Ms. Joey Pence, ASC/PKN, Bldg 1, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB, OH 45433-5309, telephone: 937- 257-2135 x4542. For more information on SIPC--Signals Intelligence Processing Capabilities please refer to http://www.pixs.wpafb.af.mil/pixslibr/SIPC/SIPC.asp
 
Web Link
SIPC-Signals Intelligence Processing Capabilities
(http://www.pixs.wpafb.af.mil/pixslibr/SIPC/SIPC.asp)
 
Record
SN00589471-W 20040522/040520211941 (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.