Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2006 FBO #1711
SOURCES SOUGHT

R -- Program Acquisition and Technical Efforts (PATE)

Notice Date
6/20/2006
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical 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-PATE
 
Response Due
7/7/2006
 
Point of Contact
Daniel Gill, Contract Specialist, Phone 321-494-8354, Fax 321-494-5403, - James Loeffler, Contracting Officer, Phone (321) 494-4220, Fax null,
 
E-Mail Address
daniel.gill@patrick.af.mil, james.loeffler@patrick.af.mil
 
Description
This is a sources sought synopsis (SSS) only. There is no solicitation available. This request is for planning purposes only, and it does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, or a Request for Quotes. It is not an indication the government will contract for the services contained in this SSS. The government shall not reimburse respondents for any costs associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this SSS. Similar information has previously been sought under FedBizOpps announcements concerning: Draft RFP for PATE; sources sought synopses under the project names: Specialized Scientific, Engineering and Laboratory Management, Services and Support (SSELMSS), Specialty Network Laboratory Capability (SNLC), Materials Technology Specialized Program Support II (MTSPII), and Materials Technology Specialized Program Support (MTSPS). In an effort to determine if this acquisition is suitable for small businesses, the US Air Force is seeking information specifically from small business, small disadvantaged business, 8(a) small business, woman-owned small business, HUBZone small business and service-disabled veteran-owned small business concerns only that have a Top Secret facility security clearance. Capability packages submitted by interested small business entities, small business joint ventures, or teaming arrangements will be reviewed to determine the appropriate acquisition strategy. PATE requirements are listed in parts I and II that follow: I. The PATE support services involve: in-house operation and management of specific laboratory functions at a Government facility; laboratory data trend analysis and reporting; nuclear engineering analysis and particle transport analysis; chemical engineering and related disciplines; inorganic, organic, analytical, physical and biological chemistry; molecular biology; microbial biology; virology; immunology; biological engineering; mechanical engineering and related disciplines; aerobiological modeling; and meteorology. II. The PATE requirements will also require a contractor to maintain industry awareness of cutting-edge and/or specialized laboratory and technological services. Additionally, a significant subcontracting opportunity for these services, as the requirements and sources are identified and needed, is anticipated. These subcontracting opportunities would include: molecular biology to include real time Polymerase Chain Reaction (PCR); genetic sequencing and micro-array technologies; microbial culture; immunology to include protein screening and mass spectroscopy technologies (including MSnth technologies); separation of biological materials of interest from complex sample matrices; meteorological support to include models of transport and diffusion processes; assay protocol/trouble shooting; enhancement of existing laboratory protocols; biochemical, chemical, microbiological, and/or immunological analyses; aerobiological modeling enhancement or modification to database platforms; and field test support and general sampler engineering development and design. End of II. Although a 50% limitation on subcontracting (FAR 52.219-14) would normally apply for the significant PATE subcontracting opportunities (part II above), a waiver of this contract clause applying to the subcontracting of cutting-edge and/or specialized laboratory and technological services will be considered in order to enable an otherwise qualified small business to participate in this acquisition. Firms with a Top Secret facility clearance that respond to this announcement should express their experience in providing PATE-type services and their capability in providing the following minimum types of qualified, Top Secret-cleared resources for PATE: 1. Any three personnel from two or more of the following four types of qualifications: (i) molecular biology (ii) microbiology (iii) immunology or protein chemistry (iv) biochemistry 2. Any one person from any of the following two types of qualifications: (i) nuclear engineering or nuclear physics (ii) inorganic, organic, analytical, physical chemistry or chemical engineering 3. Any one person from any of the following two types of qualifications: (i) mechanical engineering and related discipline (ii) meteorological sciences 4. An additional person from any of the above listed eight qualifications. Respondents should include their assigned Commercial And Government Entity (CAGE) code. Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Due to the nature of this potential effort, no foreign country sources will be considered. Include your Government assigned company Facility Code (also called CAGE code) for the applicable facility and storage facility that would safeguard any classified data supplied by the Government. Prospective firms are encouraged to submit a capability summary (maximum length 10 pages) describing the firm’s expertise and related experiences in meeting the requirements stated above to the contract specialist: daniel.gill@patrick.af.mil. A Top Secret facility clearance is required. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-JUN-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 01-AUG-2006, 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.fbo.gov/spg/USAF/AFSC/45CONSb423/Reference-Number-FA2521-06-PATE/listing.html)
 
Place of Performance
Address: Patrick AFB, FL
Zip Code: 32925
 
Record
SN01103785-F 20060803/060801223310 (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.