Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2005 FBO #1290
SPECIAL NOTICE

R -- Air Dominance Capabilities Team Support

Notice Date
6/6/2005
 
Notice Type
Special Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Air Force, Air Combat Command, ACC CONS, 130 Douglas Street, Suite 401, Langley AFB, VA, 23665-2791
 
ZIP Code
23665-2791
 
Solicitation Number
FA4890-05-R-0160
 
Response Due
6/13/2005
 
Archive Date
6/10/2005
 
Description
Air Combat Command Contracting Squadron at Langley AFB, VA intends to award a sole source contract to Titan Corporation, as prescribed under FAR 6.302-1, Only One Responsible Source and no Other Services Will Satisfy the Requirement for Air Dominance Capabilities Team Support. This procurement action is a follow-on to GSA contract GST0305DS2104. Subject matter expertise for air dominance related weapon systems is needed (unclassified, classified, and Special Access Programs [SAP]) and includes analyzing functional and cross-functional requirements and capabilities necessary to successfully prosecute the air dominance kill chain, determine capabilities shortfalls, and compare possible solutions. Experts must possess in-depth knowledge of Air Dominance required capabilities, capability shortfalls, weapon systems, requirements, plans, threats and a thorough understanding of the Air Force and Department of Defense planning, programming and budgeting system. This expertise will include the full range of air dominance weapon systems such as surveillance platforms, Airborne Laser, COMPASS CALL, Harm Targeting Systems, unmanned SEAD platforms, combat identification systems, F/A-22, F-15A-D, air dominance weapons such as the AIM-120, AIM-9, AGM-88, and advanced weapons, and air dominance support systems such as helmet mounted cueing systems, air combat training systems, Distributed Mission Operations, Aerial Targets, and Test & Evaluation. Assistance is required for air dominance, present and future analysis, in terms of capability gaps, mission impact of gaps, possible solutions to fill gaps, time sensitivity of deficiencies and solutions, lifecycle cost of solutions, technical risk, and other known factors such as HHQ, OSD, or Congressional interest or guidance. Facilitation of all facets of the Modernization Planning Process, which may include Mission Needs Analysis, and Mission Solution Analysis is required. Assistance is needed as required in the preparation of CONOPS, Capability Area Plans, CAF Flight Plans, and applicable roadmaps. Development of air dominance inputs to selected ACC and Air Staff plans, documents, briefings, roadmaps, and programming deliberations and identify ACC issues for resolution via budgeting and/or concept development is required. A current TS/SBI clearance with SCI and SAP/SAR eligibility is required as access to multiple critical SAP/SAR programs is required. This is a notice of intent to award a sole source procurement action and is not a request for competitive proposals. Firms who want to challenge the sole-source procurement must submit an interest letter no more than two pages that demonstrates your firms ability to provide an equivalent service with necessary security clearances as described above. Interested parties must provide rationale as to why they should be considered. If there are any other businesses that can provide these specified services, they must respond to this notice before 1600 hours Eastern Standard Time on 13 June 2005. The point of contact (POC) for this notice is Ryan McCauley who can be contacted via email at ryan.mccauley@langley.af.mil or by phone 757-225-1898. A determination by the Government not to compete this proposed procurement action based upon responses to this notice is solely by the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Government will not reimburse for any costs connected with providing the capability information.
 
Place of Performance
Address: HQ ACC/DRMS, Langley AFB, VA
Zip Code: 23665
Country: US
 
Record
SN00823316-W 20050608/050606211846 (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.