Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2007 FBO #1886
SOURCES SOUGHT

A -- National Radar Cross Section Test Facility

Notice Date
1/23/2007
 
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, AAC - Air Armament Center, AAC/PK 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-FA9200-NRTF
 
Response Due
2/12/2007
 
Description
Contracting Office Address: Department of the Air Force, Air Force Material Command, AAC-Air Armament Center, AAC/PKZB 205 West D Avenue, Eglin AFB FL 32542-6864 Description This is a SOURCES SOUGHT SYNOPSIS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis is in support of a market survey. The Air Armament Center (AAC), 46th Test Wing, 46th Test Group/781st Test Squadron, Holloman AFB NM, seeks potential sources to provide the below services under one four-year Cost-Plus-Award Fee (CPAF) with two 2-year option periods, follow-on effort for the National Radar Cross-Section Test Facility (NRTF) Operation and Maintenance (O&M). This synopsis is for information and planning purposes only. Background: The NRTF is the Department of Defense (DoD) premier national asset to provide timely, accurate, secure, cost-effective, and nationally-certified radar cross-section (RCS) and antenna measurement products for the DoD and commercial low observable community. The NRTF is composed of two facilities, Radar Target Scatter (RATSCAT), and RATSCAT Advanced Measurement System (RAMS). PLEASE READ THE FOLLOWING PARAGRAPHS CAREFULLY AND ENSURE THE CAPABILITY STATEMENT HAS THE REQUIRED CONTENT. The NRTF is seeking qualified sources with prior experience in the radar cross-section research and development field as well as experience in the administering programs to provide the necessary management, administration, supervision, staffing, database management, equipment management, in accordance with the attached DRAFT Performance Work Statement (PWS). The Air Force intends to include the attached DRAFT Organizational Conflict of Interest (OCI) clause in the solicitation and subsequent contract. Please read the OCI clause thoroughly. Interested sources are requested to provide a concise capability statement limited to ten pages addressing experience relevant to the below described functions, to include experience in similar programs. Qualified sources must demonstrate the capability to successfully accomplish all areas of the draft PWS and draft Technical Requirements Document (TRD). Functions required to perform this contract include, but are not necessarily limited to the following: operation and maintenance of two geographically separated radar cross-section testing sites; planning, executing and reporting results of radar cross-section testing; generation, management and storage of classified documents up to and including Top Secret / Special Access (SAR); supply management; information technology management; and data processing. The present contract period of performance ends in September 2008. The successful offeror will be required to work with the incumbent contractor as necessary to smoothly transition administration of the program, as well as be required to transition administration of the contract to the successful contractor when the contract performance period ends. The successful offeror will be required to comply with the current (at the time of award) Collective Bargaining Unit (CBA) and current Department of Labor Area Wage Determination (WDOL). These documents will be posted when they become available and applicable to the future solicitation. The proposed North American Industry Classification System (NAICS) code is 541710, Research and Development in the Physical, Engineering, and Life Sciences, SBA Size Standard 500 employees. The period of performance will be 1 October 2008 through 30 September 2012 (base period); 1 October 2012 through 30 September 2014 (First Option); and 1 October 2014 through 30 September 2016 (Second Option). All personnel will require a security clearance of Secret as a minimum. Firms responding to this sources sought are asked to provide the following information in their response: company?s full name, business size, address, point of contact, and a complete capability/qualifications package, describing the company?s experience with emphasis on signature measurement experience and Test and Evaluation experience. See numbered note 25. An Ombudsman has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or Contracting Officer, but communicates contractor concerns, issues, disagreements, and recommendations to appropriate Government personnel. When required, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Matters of a routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman, but rather to the POCs listed below. For any other concerns, interested parties may call the AAC Ombudsman, Col Joseph A. Lanni, at (850) 882-0662. No solicitation is being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Participation is strictly voluntary with no cost or obligation to be incurred by the Government. Comments and/or suggestions for improvements to the draft PWS and draft TRD are welcomed. Offerors are encouraged to comment on Incentive Options and provide suggestions that would favor excellent performance in this future acquisition. Responses submitted should be one copy, a maximum of ten pages in length, and must be received within 15 days from the date of publication. Capability Statements may be submitted electronically or regular mail. Firms responding to this announcement should indicate their business size in accordance with the size standard; ensure that the company name, address, a point of contact with e-mail address and telephone number, Federal CAGE Code, and Data Universal Numbering System (DUNS) number in the capability package. No Collect Calls will be accepted. Responses should be sent to 46th Test Group, AAC/PKZB (Elesha Gentry), NRTF, 871 DeZonia Road, Holloman AFB NM 88330. Questions should be directed to Ms. Elesha Gentry at 505-679-3305, email elesha.gentry@46tg.af.mil. The Government intends to post releasable copies of the current contract, Statement of Work, Technical Requirements Document, Award Fee Plan and CBA. Please check back periodically for additional postings for this acquisition. Point of Contact Responses should be sent to 46th Test Group, AAC/PKZB (Elesha Gentry), NRTF, 871 DeZonia Road, Holloman AFB NM 88330. Contractual questions should be directed to Ms. Elesha Gentry at 505-679-3305, email elesha.gentry@46tg.af.mil. Alternate POC is Capt Brian Hurley, phone number (850) 882-0159, email brian.hurley2@eglin.af.mil. Technical questions may be addressed with Mr. Gary Jones, 505-679-3308, email gary.jones@46tg.af.mil.
 
Place of Performance
Address: 781st Test Squadron, Holloman AFB NM
Zip Code: 88330
Country: UNITED STATES
 
Record
SN01217275-W 20070125/070123220440 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.