Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2004 FBO #1089
MODIFICATION

A -- Missile Defense Agency (MDA), Joint National Integration Center (JNIC) Research and Development Contract (JRDC)

Notice Date
11/17/2004
 
Notice Type
Modification
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Other Defense Agencies, Missile Defense Agency, JNIC Commander for Contract Management (JNIC/C), 730 Irwin Avenue, Building 730, Schriever AFB, CO, 80912
 
ZIP Code
80912
 
Solicitation Number
H95001-04-R-0001
 
Response Due
12/7/2004
 
Archive Date
12/22/2005
 
Point of Contact
Sandra Yaden, Contracting Officer, Phone 719-567-0156, Fax 719-567-0200,
 
E-Mail Address
sandra.yaden@jntf.osd.mil
 
Description
The Missile Defense Agency (MDA) is seeking timely and innovative solutions to support the Integration Center (IC) complex research and development, and operational support for missile defense requirements under the Joint National Integration Center (JNIC) Research and Development Contract (JRDC), the follow-on contract to the Integration Center Research and Development Contract (ICRDC). The Missile Defense Agency's Integration Center (MDA/IC) is located at the Joint National Integration Center (JNIC) at Schriever Air Force Base, Colorado. The MDA/IC is a joint service activity that operates as a missile defense solutions center. The MDA/IC is operating this center equipped with computers, software tools, network and technical knowledge that provides affordable, comprehensive research and analysis products and services for MDA systems. Plans include development, integration and use of models and simulations to add value to all phases of the Department of Defense (DoD) acquisition cycle for current and future MDA systems. It is a fully integrated research and customer support capability comprised of facilities, hardware, software and information hosted at Schriever Air Force Base, Colorado. On site facilities include a Research Building and Consolidated Support Facility (CSF). In addition to the facilities at Schriever Air Force Base, the MDA/IC collaborates and is networked with research centers at locations nationwide and several associated facilities worldwide. This acquisition is being accomplished IAW FAR 15.202 Advisory Multi-Step Process and FAR Subpart 15.3 Source Selection procedures, implementing acquisition streamlining where practical. Current plans are to release a Draft Request For Proposal (DRFP) late November 04 followed by an unclassified Industry/Orientation Day on December 1, 2004 at the JNIC open to all interested offerors. Details regarding attendance for the Industry/Orientation Day will published at http://www.eps.gov. Contractors are asked to limit participation on Industry/Orientation Day to no more than three representatives per firm. The purposes of this Industry/Orientation Day Event are to (1) serve as a catalyst and encourage teaming arrangements between industry partners and (2) provide overview and mission briefing on current JNIC activities and (3) allow for potential offerors to submit questions related to the DRFP. An Indefinite Delivery, Indefinite Quantity (IDIQ) Task Order contract is anticipated. Task Orders will be issued as Cost Plus Award (CPAF), Cost Plus Fixed Fee (CPFF), Cost Plus Incentive Fee (CPIF), Firm Fixed Price (FFP) or Cost Reimbursable. Period of performance is five years (two year basic and three one-year options). Additionally, two award terms may be included in the contract. The first award term period will have a one-year base period with two one-year options, the second award term period will have a one-year base period with a one-year option, for a potential maximum contract length of ten years. The solicitation is expected late Jan 05. Proposals are expected to be due 45 calendar days after Final Request for Proposal (FRFP) release. Contract award is scheduled for late September 2005 with a phased transition period of approximately two months leading up to assumption of all responsibilities on 1 December 2005. As this acquisition progresses, additional information such as the DRFP (H95001-04-R-0001), bidders library, FRFP will be available at website http://www.eps.gov. Only one proposal may be submitted per prime contractor. In the first step of this process, offerors are asked to submit a four page Statement of Capabilities (SOC) for evaluation by the Government. Submit one hardcopy and one softcopy of the SOC in response to the Advisory Multi-Step by 1000 local time, on 7 Dec 04 to the following address: MITRE Corp, 1155 Academy Park Loop, Colorado Springs CO 80910, Attn: Sandra Yaden, JRDC Contracting Officer. For the hardcopy use 8.5 by 11 inch paper, standard pagination, one-inch page margins, a 12-point font or larger and double space. Submit the softcopy in Microsoft Word 2000 compatible format on a standard IBM compatible 3.5' high-density diskette or CD. On page 1 identify the intended offeror, a list of key personnel and points of contact on your company's letterhead. The information should include e-mail addresses, phone numbers, and intended roles of each person listed. At a minimum, please include the contracting and technical points of contact. On pages 2-4 include information on the following evaluation categories: (1) experience and/or capabilities for recruiting, training and retaining highly qualified workforce with technical and military operational experience vital to missile defense test and analysis; (2) experience and/or capabilities to manage, operate and maintain large computers and communication networking systems; (3) experience and/or capabilities working with the United States space or missile defense community; (4) experience and/or capabilities in modeling and simulation, test and evaluation, and analysis; and (5) experience in managing large, complex integrated service contracts. Each of the preceding experience and/or capability will be evaluated and rated as either likely viable or likely unviable based on the following criteria: (1) Likely Viable - The potential offeror's submitted information generally meets most of the requirements of the evaluation categories for the SOC. The information submitted directly addresses the above criteria, but may contain certain elements of risk. (2) Likely Unviable - The potential offeror's submitted information that does not generally meet most of the requirements of the evaluation categories for the SOC. The government will advise potential offerors whether or not they appear to be viable competitors. Viable competitors will be invited to compete on the FRFP, which will include detailed requirements to submit past performance information, formal pricing information, and a detailed technical proposal. Firms who are advised that they do not appear to be viable competitors will not be invited to submit proposals; however, they will not be precluded from competing on the FRFP. One-on one discussions will be held with competitors submitting a SOC. In order to encourage teaming arrangements, the government intends to publish the list of viable prime contractors along with the contracting and technical points of contact and their respective e-mail addresses. Nothing submitted with the SOC or in response to this synopsis will be used for evaluation purposes once the FRFP is released. This acquisition will use full and open competition. This invitation to participate in the on-site Industry/Orientation Day and Advisory Multi-Step process does not constitute a request for proposal. The information presented herein will not obligate the government in any manner. The government will not reimburse the attendees for any costs associated with participation at the Industry/Orientation Day or SOC preparation and delivery. All responsible sources may submit a proposal that shall be considered. This synopsis is for information and planning purposes only, does not constitute a Request For proposal (RFP) and is not to be construed as a commitment by the Government.
 
Place of Performance
Address: Missile Defense Agency (MDA), Joint National Integration Center (JNIC) 730 Irwin Avenue, Schriever Air Force Base, CO
Zip Code: 80912-7300
Country: USA
 
Record
SN00709711-W 20041119/041117212341 (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.