Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2005 FBO #1279
SOURCES SOUGHT

R -- Open Ocean Stabilized Live Fire Platform

Notice Date
5/26/2005
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
FA9200-05-C-0273
 
Response Due
6/15/2005
 
Archive Date
12/31/2005
 
Description
The Air Armament Center, 46th Test Wing, Eglin AFB FL, is seeking sources to develop and complete a detailed design and analysis of a large stabilized floating platform to be used to support live fire test and training events in the Gulf of Mexico. The results of this effort will provide a design capable of providing the necessary stability to support operation in ten (10) foot seas. The design will also incorporate a wave attenuation capability to provide a smooth sea on the leeward side of the platform to facilitate loading and unloading of equipment and/or personnel. The size of the initial platform will be approximately one (1) acre capable of being expanded to approximately five (5) acres as mission requirements are defined. The design shall incorporate options to operate in various depths of 100 feet to 500 feet. The design of the platform shall include the capability to withstand impacts from live and inert warheads from AGM-158 JASSM, GBU-39B SDB, and AGM-88 HARM. The design including the mooring system shall incorporate the capability to withstand the effects of a hurricane such as Ivan (2004). Potential sources shall provide a Statement of Capabilities for this effort to include information that is pertinent and specific in the design of the stabilized platform in each of the following qualifications: (1) Experience: An outline of previous projects, specific work previously performed or being performed and any in-house research and development effort; (2) Personnel: Name, professional qualifications and specific experience of scientist, engineers and technical personnel who may be assigned as design engineers, assistant engineers, technical personnel and/or project officer; (3) Facilities: Availability and description of special facilities required to perform in the technical areas under consideration. Sources should also indicate what, if any, Government/industrial security clearance they possess. Any other specific and pertinent information as pertains to this particular area of maritime design/capabilities that would enhance the Government?s consideration and evaluation of the information provided should also be submitted. Potential sources shall also be capable of completing the complete design no later than six (6) months following contract award.? The North American Industry Classification Series (NAICS) Code for this effort is 541330. Firms responding to this announcement should indicate whether or not they are a small business, hub-zone small business or small disadvantaged business concern as defined in FAR 19.001, and also if they are 8(a) certified. In order for this acquisition to be considered for the Section 8(a) Program or a small business set-aside, small businesses must be able to meet the requirement of FAR 52.219-14, Limitations on Subcontracting, i.e., the concern shall perform work for at least 50% of this effort. If applicable, small businesses must address any subcontracting or teaming required to meet the technical requirements. Based on the responses to this notice and the evaluation of qualifications thereto, the Government reserves the right to (1) set the proposed acquisition aside 100% for small business participation, (2) to contract with the SBA under the 8(a) program, or (3) solicit as unrestricted. Funds are not currently available for this acquisition, and this synopsis is for information and planning purposes only. It does not constitute a solicitation for bids or proposals, and is not to be construed as a commitment by the Government. Additional technical information may be obtained from Mr. Bill Wade, 46 TW/TSR, (850) 882-7699 or Mr. Ron Webster (850) 883-7928.
 
Place of Performance
Address: AAC/PKZB, 205 West D Avenue, Suite 468, Eglin AFB FL
Zip Code: 32542
Country: USA
 
Record
SN00816208-W 20050528/050526211924 (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.