Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2004 FBO #0992
SOLICITATION NOTICE

A -- Automated Virtual Information Production Support System II

Notice Date
8/12/2004
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8750-04-R-0281
 
Point of Contact
Joseph Facciolo, Contract Specialist, Phone (315) 330-4981, Fax (315) 330-8078,
 
E-Mail Address
facciolj@rl.af.mil
 
Description
SOURCES SOUGHT NOTICE DATE ? 12 Aug 2004 Action Code: R- Sources Sought Notice Posted Date: 12Aug 2004 Classification Code: A ? Research & Development Contracting Office Address: Department of the Air Force, Air Force Material Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY 13441-4514 Title/Subject: Automated Virtual Information Production Support System II Response Date: 30Aug 2004 Point of Contact: Janis Norelli, Small Business Specialist, Phone 315-330-3311, FAX 315-330-2784, Email Janis.Norelli@rl.af.mil Solicitation Number: FA8750-04-R-0281 Description: Capable small businesses sources are sought to perform software research and development for the IFEB Division, Air Force Research Laboratory (AFRL), Rome Research Site (RRS), Rome NY. AFRL RRS has a requirement to build on and extend the National Air and Space Intelligence Center?s (NASIC?s) current automated threat database production system, consisting of the Automated Intelligence Production Support System (AIPSS), the Knowledge Pre-positioning Production (KPS), Virtual Production System (VPS), Virtual Intelligence Production (VIP), and NASIC Metadata Repository (NMR). The AIPSS, KPS, VPS, VIP and NMR are components critical to this effort. The design, development, implementation, and integration of new components with the AIPSS, KPS, VPS, VIP and NMR will provide the Information Technology (IT) solution to NASIC?s corporate objectives for prepositioning its analytical knowledge and for enabling customers and other intelligence analysts to build a custom and persistent product. The effort will include the development and/or expansion of parametric information models; design of physical and logical database structures; development, implementation, and enhancement of the capability to interactively maintain data within the databases; implementation of the capabilities to derive tailored specialized products from the textual and parametric databases and multimedia object repositories; development of high level constructs that dynamically incorporate database information into indivisible groups of objects that answer customer questions; and the development and implementation of customer friendly tools and interfaces. Further, this effort supports the development, enhancement and implementation of national level systems for the input, translation, and retrieval of all-source information and for the continued design, development, implementation and deployment of a DoD Intelligence Information System (DODIIS) wide information notification system. Anticipated deliverables include software and technical documentation. A period of performance of 60 months is anticipated. The prime contractor and system integrators for this contract must have Top Secret SCI security clearances. Responses to this sources sought are requested from small businesses and will be used for market research purposes and possible set-aside. Should the determination be made to select this as a small business set-aside, another notice will be posted reflecting such. The North American Industry Classification System (NAICS) code for this acquisition is 541710 and the size standard for small business is 500 employees. Respondents to this announcement should indicate whether they are a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, women-owned small business, or historically black college or university (HBCU) or minority institution (MI) (as defined by the clause at DFARS 252.226-7000). As discussed at FAR 19.502-2(b)(2), in making R&D small business set-asides, there must be a reasonable expectation that offers will be obtained from at least two responsible small business concerns and also a reasonable expectation of obtaining the best scientific and technological sources consistent with the demands of the proposed acquisition for the best mix of cost, performances, and schedules. The same considerations would apply to any HBCU/MI set-aside. Therefore, respondents should provide a statement of capabilities and information demonstrating management and technical experience on similar acquisitions and resources necessary to successfully compete for this award (See Number Note 25). This information will assist the Air Force in making a set-aside decision. Provide information on at least three (3) contracts for similar work within the past five (5) years. Include complete references, contract titles, dollar values, points of contact and telephone numbers. The Government will evaluate relevant experience information based on information provided by the Offeror. In addition to the statement of capabilities, please provide answers to the following questions: (1) Does your company intend to submit a proposal in response to the upcoming solicitation as a prime contractor? (2) How many people does your company employ? (3) How many TS/SCI cleared personnel are currently available? 4) Will you need to hire additional personnel to perform this effort? (5) Is your company?s cost accounting system approved by DCAA or DCMC? If not, how would your company financially administer a cost-reimbursement type contract? (6) Are there any other factors concerning your company?s ability to perform the upcoming effort that the Air Force should consider? Respondents are requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Large businesses are also encouraged to submit e-mails of intent should this effort not be selected as a small business set-aside. A technical read library relating to the subject area of this acquisition is available for review by potential offerors. Access may be gained by contacting the Dennis Nawoj, AVIPSS Program Manager, at 315-330-2844. The library contains sensitive technical data; therefore, prior to access being granted, respondents must submit a copy of an approved DD Form 2345, "Militarily Critical Technical Data Agreement," which certifies the respondent is on the Certified Contractor Access List (CCAL), along with a letter from the Data Custodian designated on that form, authorizing access by whomever will be reviewing the library, to AVIPSS II Program Manager at Air Force Research Laboratory/IFEB, 32 Brooks Road, Rome, New York 13441-4114, or fax to his attention at 315-330-2529. For further information on CCAL, contact the Defense Logistics Information Service at 1-888-352-9333 or on the web at http://www.dlis.dla.mil/jcp/. A draft Request for Proposal is expected to be posted for review and comment by potential offerors. The formal solicitation is expected to be released within the 1st quarter of the Government fiscal year 2005. Refer to the web link in this notice for any milestone updates. When it is issued, the entire solicitation will be issued on the Federal Business Opportunities (FedBizOpps) website at http:www.fedbizopps.gov. All prospective offerors are responsible for monitoring this site for the release of all other information pertaining to this solicitation. Any questions concerning clarifications of the Statement of Scope or the terms and conditions should be communicated directly to Joseph Louis Facciolo, Contract Specialist, at 315-330-4981 or the Kathleen A. Woodard, Contracting Officer at 315-330-7529. All qualification packages must be addressed to the attention of Janis Norelli, Small Business Specialist, AFRL/IFB, at the address referenced at the beginning of this notice, and must be received by 4:00 P.M., Eastern Standard Time, on 30 Aug 04. Responses must reference the solicitation number, and contain the respondent?s Commercial and Government Entity (CAGE) code, email address, mailing address and FAX number. While the Small Business Specialist, Janis Norelli, is the focal point for receipt of the statements of capabilities, technical questions should be directed to the Laboratory Program Manager, Dennis Nawoj at 315-330-2844, e-mail Dennis.Nawo@rl.af.mil. Contractual questions should be directed to the Contract Specialist at 315-330-4981, e-mail Joseph.Facciolo@rl.af.mil.
 
Record
SN00642464-W 20040814/040812212140 (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.