Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2005 FBO #1335
SOLICITATION NOTICE

R -- Technical Document Review and Declassification

Notice Date
6/16/2005
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 989), 1030 S. Highway A1A MS 1000, Patrick AFB, FL, 32925-3002
 
ZIP Code
32925-3002
 
Solicitation Number
FA2521-05-R-0070
 
Response Due
7/1/2005
 
Point of Contact
Josefina Brunell, Contract Specialist, Phone 321-494-6302, Fax 321-494-5403, - James Loeffler, Contract Specialist (Loaction Administrator), Phone (321) 494-4220,
 
E-Mail Address
josefina.brunell@patrick.af.mil, james.loeffler@patrick.af.mil
 
Description
THIS IS A SYNOPSIS FOR A COMPETITIVE SERVICES ACQUISITION (REFERENCE FAR PART 37) AS REQUIRED BY FAR PART 5.2. THIS IS NOT A REQUEST FOR PROPOSAL. VENDORS SHOULD NOT SUBMIT FORMAL PROPOSALS UNTIL THE RFP IS POSTED TO THIS WEBSITE. This requirement is considered noncommercial in nature and any resultant contract will be awarded in accordance with FAR Part 15. The scope of this work is as follows: The offeror will provide one Senior Data Analyst to perform review and declassification of technical documents on-site. The anticipated contract will be a firm fix price (FFP) type contract for one base year and four one-year options. The offeror shall have the responsibility for declassification evaluation of technical documents containing classified National Security Information as follows: a) Review historical records, b) Annotate the result of the reviews on Center Form 22 and the reviewed documents, c) Maintain records identifying mandatory agency referrals, d) Maintain records reflecting new declassification or recommended declassification guidance, e) Develop and provide training on new security guidance. The offeror shall have an in-depth knowledge of scientific and technical information of historic and current United States Long-Range Detection Program operations. This includes seismic, satellite, acoustic, infrasonic, hydroacoustic, electromagnetic pulse, and other various monitoring techniques. The offeror shall have the ability to review government provided technical reports, analyses, studies, handbooks, guides, manuals, and other permanent records and provide recommendations on continued classification or the declassification in accordance with Executive Order 13292 and Center Instruction 31-401. Offerors must have verbal and written communication expertise to provide input in the development of security classification guides and to provide instruction on classification management. For the actual performance of this contract, offerors must possess a final Top Secret Single Scope Background Investigation date and meet the requirements of Director of Central Intelligence Directive 6/4 with certification for reviewing documents as Historical Records Restricted Data Reviewers. The selected contractor must possess the appropriate clearance and access on day one of contract performance to obtain access to the following: a) Restricted Data, b) Critical Nuclear Weapons Design Information, c) Formerly Restricted Data, d) Sensitive Compartmented Information and Collateral Intelligence information, e) Foreign government information, f) Limited dissemination information, and g) For Official Use Only information. Government property: Successful offeror will be provided office space, computer equipment and time, telephone, reproduction facilities; Standard Operational Procedures, applicable regulations, manuals, texts, briefs and other materials associated with the project, for the use of the Senior Data Analyst; initial familiarization/orientation will be provided on site. Contract management and administrative support will be accomplished at the contractor's facility. Solicitation No. FA2521-05-R-0070 will be issued as a Request for Proposal (RFP). It is anticipated that the RFP will be available on or about 1 JULY 2005. This dateis an estimate, not actual, and the actual date may vary. It is advertised with a North American Industry Classification System (NAICS) code of 541990, size standard of $6.0M. This acquisition will be conducted on an unrestricted basis, without set-aside. The RFP will be available electronically on this web-site. Potential contractors must be registered in the Central Contractor Registry to be eligible for award (See Internet site: http://ccr.dlsc.dla.mil). It is mandatory to obtain a DUNS number prior to registering in CCR by calling Dun & Bradstreet (1-800-333-0505). All responsible sources may submit a proposal and shall be considered for award. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (16-JUN-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 21-JUL-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/45CONSb989/FA2521-05-R-0070/listing.html)
 
Place of Performance
Address: PATRICK AFB, FL
Zip Code: 32925
Country: USA
 
Record
SN00852483-F 20050723/050721212956 (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.