Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2005 FBO #1157
MODIFICATION

R -- PMTSS-Program Management, Technical Support Services

Notice Date
12/13/2004
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, FL, 32925-3238
 
ZIP Code
32925-3238
 
Solicitation Number
Reference-Number-PMTSS-T4302
 
Response Due
12/13/2004
 
Point of Contact
Brenda Maizel, Contract Specialist, Phone 321-494-8354, Fax 321-494-5403, - Donald Graham, Contracting Officer, Phone 321-494-4556, Fax 321-494-5403,
 
E-Mail Address
brenda.maizel@patrick.af.mil, don.graham@patrick.af.mil
 
Description
THE CUT OFF DATE FOR SUBMISSION OF CAPABILITIES PACKAGES HAS BEEN EXTENDED TO 23 DEC 2004. THIS IS NOT A NOTICE OF RFP ISSUANCE. THIS EFFORT IS CONSIDERED NONCOMMERCIAL IN NATURE AND ANY RESULTANT CONTRACT WILL BE AWARDED IAW FAR PART 15. The 45 Space Wing issues this sources sought synopsis for information and planning purposes in support of the anticipating acquisition of Advisory and Assistance Services. The contractor must demonstrate the capability to provide the following: Program Management Support. The contractor shall perform program management support functions to ensure mission directives and requirements are fulfilled. Technical Engineering Support. The contractor shall perform technical support functions to suggest program direction, define technical requirements and capabilities, and provide expert knowledge on all technical matters. Test Support. The contractor shall support tests, experiments, and field measurements as needed to fulfill mission requirements. All data from the tests shall become property of the government. Data Analysis Support. The contractor shall perform analysis on data, databases, software, mathematical methods, numeric methods, and techniques associated with extracting information from data. Systems Engineering Support. The contractor shall perform support functions for advanced level data analysis and processing. Customer Analyst Support. The contractor shall provide assistance in leveraging relationships with outside organizations to provide AFTAC with the capability to define user needs and requirements, and must have a Top Secret clearance. Multiple award of 3 IDIQ contracts is contemplated with a five-year basic contract period from date of award. In addition to the information provided below entitle Capabilities Package, responding parties must also indicate their size status in relation to the applicable and North American Industry Classification System (NAICS) code 54133 (size standard $4 Million). Sources with 8(a) status or otherwise classified as a Small Business (SB), Small Disadvantaged Business (SDB), Women Owned SB (WOSB), Veteran Owned SB (VOSB), HUBZone, Service Disabled VOSB, (SDVOSB), or HBVCU/MI should be addressed in their responses. Capabilities Package. All interested firms should submit a capabilities package that outlines the firm’s capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should not exceed 10 pages. Submit capabilities packages by mail to ATTN: Brenda Maizel, 45CONS/LGCCA, Bldg. 989, 1030 South Hwy A1A, Patrick AFB, FL 32925-3002, Mail Stop 1000. Responses my also be faxed to Brenda Maizel at 321-494-5403 or emailed to brenda.maizel@patrick.af.mil . This sources sought is for information and planning purposes only. It does not constitute a solicitation and is not to be construed as a commitment by the Government. RESPONSES ARE DUE NO LATER THAN 13 DEC 2004. Direct all questions to the attention of Brenda Maizel via the email address above or the fax number also listed above. QUESTIONS AND ANSWERS (1)Is there a special form or format for submitting capabilities packages? No just a 10 page limit on the entire package. (2) Are the award for the PMTSS program going to be full and open competition? 2 of the contracts will be full and open competition. The third contract will be a small business set-aside. There is no specification as to what kind of small business, such as, 8(a), Veteran owned, Woman owned, etc. (3)Will the three contracts be awarded to three different contractors? Yes (4)Is it expected that all three contracts will run concurrently? Yes. All three contracts should be awarded at the same time and have the same period of performance. Starting at the same time and expiring at the same time. (5)In reference to the Customer Analyst Support position. Is it expected that the individual(s) filling the position(s) will have a Top Secret clearance at the time of the contract award or is it acceptable to achieve Top Secret clearance after the contract has been awarded? All positions must be filled with persons who have at least an interim Top Secret Clearance. Completion of the clearance after award is acceptable. (6)Have all previous contract expired? Yes (7)Will incumbent ASITS contractors be bidding on PMTSS? Yes. (8)You have indicated in the first paragraph that "ANY RESULTANT CONTRACT WILL BE AWARDED IAW FAR PART 15". FAR part 15 is contracting by negotiation. Does this mean a directed, sole source, or maybe, a competitive range established followed by multiple negotiations? There will be one small business set-aside for the PMTSS program. The other 2 will be full and open competition using the negotiation process. ADDITIONAL INFORMATION ON THE REQUIREMENT: This is a list some of the projects awarded on ASITS for AFTAC/TA. (1)Infrasonic Sensor Development: Scope-To improve the utility of infrasound data in response to national collection requirements. (2)Data Management System: Scope-To conduct a study and provide a report of a data management system. This study includes data integration, analysis, visualization, management, and exploitation tools and methods required to provide analysts, and a comprehensive product. (3)Radio Frequency Engineering Services: Scope-provide advisory and assistance services, and hands-on technical support for Radio Frequency Systems Engineering. Further information:AFTAC/TA is mainly interested in, but not limited to, Radio Frequency and Electrical Engineering. All capabilities packages should be 10 pages or less, and submitted AS STATED ABOVE by 23 Dec 2004. For those of you who have already submitted packages, you may submit an amendment if desired. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-DEC-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 24-JAN-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFSC/45CONSb423/Reference-Number-PMTSS-T4302/listing.html)
 
Place of Performance
Address: Patrick AFB
Zip Code: 32925
Country: USA
 
Record
SN00739323-F 20050126/050124212433 (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.