Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2005 FBO #1356
SOURCES SOUGHT

A -- Intelligence Community Engineering (ICE) 2

Notice Date
8/11/2005
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8750-05-R-0236
 
Description
The Air Force Research Laboratory, Rome Research Site (AFRL Rome) is seeking capable sources to provide research and development, software enhancements and operations and maintenance for the Department of Defense (DOD) United State Forces Korea (USFK) and Eighth United States Army (EUSA). The scope of this effort consists of system technology development and Operation and Maintenance (O&M) for intelligence, functional, operation and process analysis, of sites, with substantially all performance in the Republic of Korea (ROK). Performance areas include intelligence, architecture development and implementation, intelligence information, communications technology analysis, database management, Command and Control Communications, Computers, Intelligence, Surveillance, Reconnaissance (C4ISR), design, development, integration, maintenance and training. This work includes software demonstrations, coding, specification development, user familiarizations and documentation. Update, modify and integrate hardware and software, system simulations, web design and networks for classified and unclassified systems. Anticipated deliverables include software, hardware, technical documentation and training. A Cost-Plus-Fixed Fee, Indefinite-Delivery/ Indefinite-Quantity (IDIQ) - Completion type contract is contemplated with an ordering period of sixty (60) months. Foreign participation is excluded at the prime contractor level. This effort requires on-site work for all of the United States Forces Korea Commands, with performance in Korea. The maximum contemplated ordering amount is $49,900,000. The prime contractor and/or system integrators for this contract must have Top Secret SCI security clearances at the time of the award. Responses to this sources sought are requested from small businesses and will be used for market research purposes and possible set-aside. Should the determination be made to select this as a small business set-aside, another notice will be posted reflecting such. The North American Industry Classification Systems (NAICS) code for this acquisition is 541710 and the size standard for small business is 500 employees. Large businesses are also encouraged to submit e-mails of intent should this effort not be selected as a small business set-aside. Respondents to this announcement should indicate whether they are a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, women-owned small business, or historically black college or university (HBCU) or minority institution (MI) (as defined by the clause at DFARS 252.226-7000). As discussed at FAR 19.502-2(b)(2), in making R&D small business set-asides, there must be a reasonable expectation that offers will be obtained from at least two responsible small business concerns and also a reasonable expectation of obtaining the best scientific and technological sources consistent with the demands of the proposed acquisition for the best mix of cost, performances, and schedules. The same considerations would apply to any HBCU/MI set-aside. Therefore, respondents should provide a statement of capabilities and information demonstrating management and technical experience on similar acquisitions and resources necessary to successfully compete for this award. See Numbered Note 25. This information will assist the Air Force in making a set-aside decision. Provide information on at least three (3) contracts for similar work within the past five (5) years. Include complete references, contract titles, dollar values, points of contact and telephone numbers. The Government will evaluate relevant experience information based on (1) information provided by the Offeror, (2) information obtained from the references provided by the respondent, and/or (3) data independently obtained form other Government and commercial sources. Respondents must demonstrate knowledge/expertise in the following areas: Performance of operational analytical studies; operations analysis; web analysis; internet and interlink analysis; project management tool development; development of software/hardware specifications; software/hardware integration management and maintenance; execution of project plans for the war fighter in a critical and hazardous Korean theatre; support and knowledge of the United States Forces Korea (USFK)/Eighth United States Army (EUSA) and Combined Forces Command (CFC) functions, feasibility of systems, feasibility of communications, and intelligence functions integrated with C4SIR functions, feasibility of integrations of USFK/EUSA operational functions, system design applications and user development, tests and validation, software and hardware trade-offs, including system simulations, development of project plans, specification evolution, and documentation upgrades; operation design and systems development; and risk and program management. Respondents should demonstrate the capability to perform all of the scope of work described above; special emphasis should be placed on demonstrating knowledge, expertise and previous experience in the Korean operational and technical areas required for successful completion of the program. In addition to the statement of capabilities, please provide answers to the following questions: (1) Does your company intend to submit a proposal in response to the upcoming solicitation as a prime contractor? (2) How many people does your company employ? (3) Will you need to hire additional personnel to perform this effort? (4) Is your company?s cost accounting system approved by the DCAA or DCMC? If not, how would your company financially administer a cost-reimbursement type contract? (5) Are there any other factors concerning your company?s ability to perform the upcoming effort that the Air Force should consider? (6) Is your company a foreign-owned/foreign-controlled firm and do you contemplate the use of foreign national employees on this effort? (7) Explain how your company will fill the TS SCI positions. (8) What is your company?s Certified Contractor Access List (CCAL) number? Large businesses are also encouraged to submit e-mails to the Contract Specialist stated below of intent should this effort not be selected as a small business set-aside. A technical read library relating to the subject area of this acquisition is available for review by potential offerors. Access may be gained by contacting the Program Manager, James Maier, at (315) 330-3325. The library contains sensitive technical data, therefore, prior to access being granted, respondents must submit a copy of an approved DD Form 2345, ?Militarily Critical Technical Data Agreement,? which certifies the respondent is on the Certified Contractor Access List (CCAL), along with a letter from the Data Custodian designated on that form, authorizing access by whomever will be reviewing the library, to the Program Manager, James Maier, at Air Force Research Laboratory/IFEB, 32 Brooks Road, Rome, New York 13441-4114, or fax to his attention at (315) 330-3913. For further information on CCAL, contact the Defense Logistics Information Service at 1-888-352-9333 or on the web at http://www.dlis.dla.mil/jcp/. The draft Request for Proposal is expected to be posted for review and comment by potential offerors by approximately 10 August 2005. The formal solicitation is expected to be released by the end of the 4th quarter of the Government fiscal year 2005. When it is issued, the entire solicitation will be issued on the Federal Business Opportunities (FedBizOpps) website at http://www.fedbizopps.gov. All prospective offerors are responsible for monitoring this site for the release of all other information pertaining to this solicitation. Technical questions should be directed to the Program Manager via e-mail to James.Maier@rl.af.mil or by phone at (315) 330-3325. Contractual questions should be directed to the Contract Specialist, Kelly Murer, via email to kelly.murer@rl.af.mil or by phone at (315) 330-3002. See Numbered Note 26. The Small Business Specialist, Janis Norelli, is the focal point for receipt of the statements of capabilities. All statement of capabilities must be addressed to the attention of Janis Norelli, AFRL/IFB, 26 Electronic Parkway, Rome, NY 13441-4514, and must be received by 4:00 P.M., EST, on 5 July 2005. Responses must reference the solicitation number, and contain the respondent?s Commercial and Government Entity (CAGE) code, e-mail address, mailing address, and FAX number.
 
Record
SN00868251-W 20050813/050811212230 (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.