Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2004 FBO #0972
MODIFICATION

R -- Airborne Laser (ABL) Advisory and Assistance Services (A&AS)

Notice Date
7/23/2004
 
Notice Type
Modification
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC/TMK, 1350 Wyoming Blvd SE, Bldg 20200, Kirtland, NM, 87117
 
ZIP Code
87117
 
Solicitation Number
FA8632-04-R-2453
 
Response Due
9/23/2004
 
Point of Contact
Martin Baca, Contract Specialist, Phone (505)846-0775, Fax (505)846-2931, - Tammie Johnson, Contracting Officer, Phone (505) 846-4060, Fax (505) 846-2931,
 
E-Mail Address
Martin.Baca@kirtland.af.mil, Tammie.Johnson2@kirtland.af.mil
 
Description
The Airborne Laser (ABL) Element of the Missile Defense Agency, Kirtland Air Force Base, NM anticipates the release of a Request for Proposal (RFP) for award of one or more contracts to provide advisory and assistance services (A&AS). RFP release is expected on or around 9 August 2004. This procurement is a follow-on action to the current ABL Advisory and Assistance Services (A&AS) contract that expires 31 March 2005. This requirement covers the A&AS requirements for MDA/AL including, but not limited to, Airborne Laser, Airborne Sensors and Laser Technology Programs. At present, the ABL office requires A&AS support?see Sample Task Statement (RFP Attachment 7 for the Government?s best estimated quantity of hours by Sample Task Statement paragraph). The A&AS contractor(s) support, provide expertise, and participate in ABL integrated product teams. The ABL is a high-energy laser system integrated on a Boeing 747 aircraft that is being developed and tested for destroying theater ballistic missiles in the boost phase. The contractor must also provide similar types of support to Airborne Sensor (ABS) activities, including mission operations, systems engineering, aircraft systems, programmatic assistance, and other areas as necessary. Mission operations entail coordination of customer requirements and contractor mission planning functions, as well as deployed support of mission operations. Systems engineering includes oversight of sensor integration, software engineering, risk management, environmental factors, security, and systems safety. Finally, the contractor shall provide support in the areas of security, computer network information technology, technical writing, and graphic support, as well as specialized support in contracting, personnel, and program control. The contract is anticipated to be an Indefinite Delivery/Indefinite Quantity (ID/IQ), level of effort, five-year task order contract. Anticipate contract award in January 2005 with an effective date of 1 February 2005. This acquisition will be procured using full and open competitive procedures. The Government will select the best overall offer(s), based upon an integrated assessment of Technical, Management, Past Performance, Proposal Risk, and Cost/Price. This is a best value source selection conducted in accordance with Federal Acquisition Regulation (FAR) part 15. Contract(s) may be awarded to the offeror who is deemed responsible in accordance with the Federal Acquisition Regulation (FAR), as supplemented, whose proposal conforms to the solicitation?s requirements (to include stated terms, conditions, representations, certifications, and all other information required by Section L of this solicitation) and is judged, based on the evaluation factors and subfactors to represent the best value to the Government. The Government seeks to award to the offeror who gives it the greatest confidence that it will best meet or exceed the requirements affordably. This may result in an award to a higher rated, higher priced offeror, where the decision is consistent with the evaluation factors and the Source Selection Authority (SSA) reasonably determines that the technical/management superiority and/or overall business approach and/or superior past performance of the higher price offeror outweighs the cost difference. To arrive at a source selection decision, the SSA will integrate the source selection team?s evaluations of the evaluation factors and subfactors (described below). While the Government source selection evaluation team and the SSA will strive for maximum objectivity, the source selection process, by its nature, is subjective and, therefore, professional judgment is implicit throughout the entire process. This announcement is for information and planning purposes only. It does not constitute a RFP and is not to be construed as a commitment by the Government. An Ombudsman has been appointed to hear the concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels during the proposal development phase of this acquisition. Potential offerors should communicate first with the Contracting Officer to request information, pose a question, and voice concerns before contacting the Ombudsman. In those instances where offerors cannot obtain resolution from the Contracting Officer, they are invited to contact Mr. Mike O?Neill at 703.695.9122. For contracting issues, please contact Mr. Martin Baca at 505.846.0775. See Numbered Note 26.
 
Place of Performance
Address: ASC/TMK, 1350 Wyoming Blvd SE, Bldg 20200, Kirtland AFB, NM
Zip Code: 87117
Country: USA
 
Record
SN00629481-W 20040725/040723212146 (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.