Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2006 FBO #1523
MODIFICATION

D -- Seismic Analysis and Reporting Capabilities - 2

Notice Date
1/25/2006
 
Notice Type
Modification
 
NAICS
541511 — Custom Computer Programming 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-FA2521-06-R-0004-SARC-2
 
Response Due
2/17/2006
 
Description
Sources Sought AFTAC Seismic Analysis and Reporting Capabilities - 2 (SARC-2) The Air Force Technical Applications Center (AFTAC) has a requirement for Seismic Analysis and Reporting Capabilities -2 (SARC-2) to research and develop software for geophysical data processing. Effort also includes the sustainment and installation of software for analysis and evaluation of geophysical events at seismic array stations around the world. Additionally, contractor may be required to provide software training to host-country personnel. Description Analysis and reporting of small magnitude seismic events continues to be one of the most important tasks for the United States National Data Center (USNDC) and the Air Force Technical Applications Center (AFTAC). The operational software system used for analyzing and reporting events in the USNDC is not sufficiently flexible to allow the quick introduction of numerous advanced data processing techniques and the use of various cutting-edge information-presentation technologies. Lessons learned from several previous special events show that a few key software programs used by the Research Division (TTR) geophysicist are most useful for detailed analyses of small events, and that a user-friendly interface to a specialized reporting database would streamline AFTAC' s reporting process. The first objective of this project is to build a suite of software for the analysis and evaluation of geophysical events. Many of the desired analysis and evaluation techniques have already been incorporated into a research software suite known as Special Event Analysis Tools (SEAtools), developed for the TTR under previous contracts. This software suite shall be the starting point for this effort. As part of this effort, new analysis techniques shall be added as they are identified. In addition, the Contractor shall help identify which portions of SEAtools will eventually have to be "operationalized" in the sense of streamlining and configuring it for optimal routine use with vetted operational settings and previously user-specified input parameters. In addition to the development of new functionality, included under this objective is the evaluation of Government Off-the Shelf (GOTS) and Commercial Off-the-Shelf (COTS) algorithms/techniques, as applicable, for the improvement of geophysical data processing capabilities. The second objective is to continue the development and maintenance of an event reporting tool that will extract information from AFTAC databases, and use such information to generate graphic and alphanumeric event summaries for presentation to AFTAC's various customers via a web-page hosted on a classified internet Wide-Area-Network. The third objective is to provide for installation of the SARC software suite at seismic array stations around the world for use in analyzing and evaluating geophysical events. The fourth objective is to provide for maintenance of the software suite. The contractor shall be responsible for traveling to foreign seismic array stations to install the SARC software and to train the host-country personnel how to use the software. Contractor personnel will require DoD security clearances at least at the TOP SECRET/SCI level for key personnel. Handling of material up to a TOP SECRET/SCI is required. TOP SECRET Facility Clearance is required. Storage Clearances of at least the SECRET level are required. The contractor shall possess an in-depth understanding of the requirements listed above. Ideal contractor candidates must have personnel with knowledge of Seismic Analysis and Reporting Capabilities (SARC) to research and develop software for geophysical data processing. Contractor experience and past performance are critical to a successful and uninterrupted SARC mission; therefore, a history of relevant work is required. Experience in assessment and development of concept requirements and operational documentation is required. Also, experience in performing software validation and testing in above AFTAC/TT mission area outlined above is required. Capabilities Package This sources sought synopsis is an invitation for all qualified small business sources that contemplate submitting a proposal under a future RFP for this requirement to identify themselves. Sources should submit a brief capabilities statement in response to this notice. Responses must be limited to no more than 20 pages and should address the following specific areas: 1. The clearance level of personnel working on the proposed contract; 2. The capabilities of key personnel relating to the requirements outlined above. Resumes may be included but shall be counted as part of the above page limit. 3. Recent and Relevant company experience and capabilities related to the requirements outlined above. 4. Business size/status. The government intends to make a single award and trade off performance over price. A Cost Plus Fixed Fee contract is contemplated with a 1-year base period and 4 one-year options (1 Oct 2006 - 30 Sep 2011). This sources sought is for planning purposes only and does not commit the Government to pay for information requested, issue a solicitation, or award a contract. Applicable NAICS is 541511, size $23M. The solicitation may be issued electronically on or about 10 May 2006 at www.fbo.gov. Anticipated award date will be on or around 30 Sep 2006. AFFARS 5352.201-9101, Ombudsman is applicable. RESPONSES ARE DUE NO LATER THAN 17 FEB 2006. Direct all questions regarding the Sources Sought to the attention of Brenda Maizel Phone: (321) 494-8621, Fax (321) 494-5403, E-mail: brenda.maizel@patrick.af.mil; or Laurie Rowe, Supervisory Contracting Officer, Phone: (321) 494-5206, Fax: (321) 494-5403, E-mail: laurie.rowe@patrick.af.mil Responses may also be mailed to 45 CONS/LGCCA ATTN: Brenda Maizel, 1030 South Highway AlA, MS 1000, Patrick AFB, Florida 32925-3002. Point of Contact (After 13 Feb 2006) Charlotte Luisi, Contract Specialist, 45 CONS/LGCCA, 1030 South Highway A1A, MS 1000, Patrick AFB, Florida 32925-3002, Phone: (321) 494-4556, Fax: (321) 494-5403, E-mail: charlotte.luisi@patrick.af.mil; or Laurie Rowe, Supervisory Contracting Officer, Phone: (321) 494-5206, Fax: (321) 494-5403, E-mail: laurie.rowe@patrick.af.mil
 
Place of Performance
Address: Patrick AFB, Florida
Zip Code: 32925
Country: USA
 
Record
SN00972881-W 20060127/060125212249 (fbodaily.com)
 
Source
FedBizOpps 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.