Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2008 FBO #2397
SOLICITATION NOTICE

B -- Engineering and Technical Writing Support Air Force Safety Center, Kirtland AFB NM

Notice Date
6/17/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 377 CONS - Kirtland (Operational Contracting Squadron), 377 CONS/LGC Operational Contracting Squadron, 2000 Wyoming Blvd SE, Kirtland AFB, New Mexico, 87117-5606, United States
 
ZIP Code
87117-5606
 
Solicitation Number
FKDAC8137A001
 
Archive Date
7/5/2008
 
Point of Contact
Julia E Johnson,, Phone: 5058464904, TSgt DavidRoux,, Phone: 505-846-4673
 
E-Mail Address
julia.johnson@kirtland.af.mil, david.roux@kirtland.af.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This requirement is unrestricted. The NAICS Code for this synopsis/solicitation is 541330, Size Standard $4.5 Million. Solicitation/Purchase Request number F2KDAC8137A001 is issued as a Request for Proposal (RFP). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-26 effective 12 June 2008. The Government intends to award one contract line item number (CLIN 0001) for Engineering and Technical Writing Support for Development of Directed Energy Weapons (DEW) Safety Standards at the Air Force Safety Center, Kirtland AFB NM 87117 IAW the Performance Work Statement (PWS). The Government intends to award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical capability, price and price related factors. PERFORMANCE WORK STATEMENT (PWS) Development of Directed Energy Weapons (DEW) Safety Standards Air Force Safety Center (AFSC), Kirtland AFB NM 87117 9 June 2008 1. Background and General Scope of Work. The effort required under this PWS is to provide engineering and technical writing support for the DEW at the AFSC. 1.1. AFSC Background. The AFSC is responsible to develop Air Force level policy regarding DEW safety. Additionally, as the chair of the DEW Certification Board (DEWCB), AFSC has oversight for the weapons certification process for DEW systems. 1.2. Requirement. AFSC, in conjunction with the Department of Defense Explosive Safety Board (DDESB), has initiated an effort to develop safety standards for new weapons systems like Directed Energy Weapons system. The first step in this process is to develop a plan to review current standards and their applicability, identify gaps that need be filled and how, and also to put forth an initial plan that prioritizes which DEW safety standards should be addressed and developed further. These standards are required to support future Air Force and joint weapons safety certification for DEW. Additionally, because of the expertise of the DDESB, the initial effort will focus on chemical lasers. The minimum qualification for this position is a Senior Scientist or Senior Engineer, a Masters degree from an accredited institution, and documented Directed Energy and Safety experience. Resumes of possible candidates are required with proposal submission. Interviews with potential candidates are at the discretion of the AFSC. 2. Requirements. 2.1. Support. Produce plan that details the development of DEW safety standards. 2.1.1. Task 1. Determine DEW safety-related issues requiring standards, with a main focus on the Chemical Oxygen Iodine Laser (COIL), to include weapon testing and employment. Safety-related issues shall include biological, interoperability, decommissioning, and environmental safety concerns. The result of this analysis shall be a list of issues, which shall be characterized as either DEW-unique or common to explosive/conventional weapon systems. 2.1.2. Task 2. Identify and review existing explosive/conventional weapon safety standards, including MIL-STD 882D, for applicability to testing, safety certification and employment of DEW systems. The product shall be a listing of applicable existing safety standards and the DEW subsystems or functions that each applies to (e.g., safing, targeting, arming, firing, termination, energy containment, monitoring, hazardous materials, storage, etc.) 2.1.3. Task 3. Compare the safety standards determined in 2.1.2 to the safety issues determined in 2.1.1 for DEW systems to assess the shortfalls in standards appropriate for DEW testing, safety certification and employment. 2.1.4. Task 4. Draft a plan for developing the DEW standards needed to fill the shortfalls identified in 2.1.3. The plan shall also identify agencies and Services that need to be involved in developing the necessary standards. 3. Conditions. 3.1. All products, criteria, processes, procedures, and methods developed under this contract shall be available for free and open rights for use, duplication, distribution, and modification throughout the U.S. Federal Government. Furthermore, the U.S. Federal Government has free and open rights to distribute the same to its contractors for use and modification for the Government's purposes. The Government has ownership of all data and reports generated under this contract. 3.2. The place of performance for this service can be either at the contractor's facility or at the Air Force Safety Center, 9700 G Street SE, Building 24499, Kirtland Air Force Base, NM. If work is accomplished at the AFSC, the following conditions shall be met: Contractor personnel at this facility are subject to a National Agency check. The Government will provide a work area, computers, software, other equipment, telephone access, office supplies and e-mail for employees performing this task. Personnel may be collocated with Government employees. Custodianship of equipment does not transfer to the contractor. All equipment remains in the possession of the Government. As a condition of using Government facilities and having accounts on the Government Local Area Network (LAN), on-site contractor participation in some government-provided functions and training is required. This may include but is not limited to periodic safety briefings, Information Assurance Computer Based Training (CBT), and other mission training requirements. 4.0. Deliverables and Submittals. 4.1. The contractor shall provide the final report summarizing the services provided under this contract. The final product shall consist of an electronically transmitted copy of DEW plan via e-mail to the AFSC and a hard copy on CD rom. 4.2. Monthly Reporting. The contractor shall provide electronic monthly status reports within 10 calendar days after the end of each month. Monthly status reports shall contain the following: 4.2.1. A summary of actions accomplished with respect to tasks outlined in 2.0. 4.2.2. Any difficulties or problems arising that affect completion of those actions. 4.2.3. Comparison of funds expended to date with available funds and projection of any funding overage/underfunding. Recommendations for improving the processes and cost reduction initiatives, if applicable, for each task. 4.2.4. List of labor expended for the month, by labor code, to include hours, rate, and total. 4.2.5. List of person(s) (by name) performing on the task by name and labor code. 4.3. Distribution of Deliverables. The contractor shall provide a copy of all documentation delivered under the performance of this task order to the Contracting Officer Representative (COR). The COR shall be identified to the contractor upon contract award. 5. Points of Contact. Contracting Officer Representative Contract Specialist Contracting Officer 6. Completion. The overall completion date for this contract shall not exceed the period of performance in the contract without a written contract modification signed by the Contracting Officer. 7. Travel. All travel associated with the performance of this contract shall be approved in advance by the Government. Travel will be necessary on an as-needed, cost-reimbursable basis. The Government will notify the contractor of the travel requirement at least three (3) calendar days in advance of the travel date. Travel costs may only be authorized in writing by the AFSC/DEW - Chief, DEW Safety. 8. Period of Performance. The period of performance for all tasks shall commence on 25 Jun 2008. PERFORMANCE WORK STATEMENT. QUANTITY: 1 DESIRED PERIOD OF PERFORMANCE: 25 June 2008 - Project Completion (Not to Exceed Six Months) FOB: DESTINATION. Inspection and acceptance: DESTINATION. The following provisions and clauses apply to this procurement: FAR 52.212-1, Instructions to Offerors-Commercial Items; In accordance with the FAR 52.212-2, Evaluation - Commercial Items (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: _Technical Capability____________ _Price and Price Related Factors_____ FAR 52-212-3 Offeror Representations and Certification-Commercial Items - all offerors shall complete on line representations and certifications at Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. 52.222-3; 52.219-8, 52.219-14, 52.222-21, 52.222-26, 52-222-35, 52-222-36, 52-222-37, 52.225-13, 52.232-33; 52.222-41; 52.222-42 ; 52.222-43 or 52.222-44]; Addendum to FAR 52.212-5: FAR 52.252-2, Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/ ; 52.237-2 Protection of Government Buildings, Equipment and Vegetation; DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. [in paragraph(s) (a) and (b) the following clause(s) apply 52.203-3, 252.225-7001, 252.243-7002;] FAR 52.222-48 -- Exemption from Application of Service Contract Act Provisions for Contracts for Maintenance, Calibration, and/or Repair of Certain Information Technology, Scientific and Medical and/or Office and Business Equipment -- Contractor Certification. All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. All offers are due no later than 20 June 2008, 1:00 p.m. (Mountain Standard Time). Offers may be mailed to 377 CONS/LGCA, ATTN: Julia Johnson, 2000 Wyoming Blvd SE, Bldg. 20604, Room B-14, Kirtland AFB., NM 87117, E-Mail to julia.johnson@kirtland.af.mil, or faxed to (505) 846-8925 ATTN: Julia Johnson. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8242ef4aaae00d8bc93c8230fe8de74a&tab=core&_cview=1)
 
Place of Performance
Address: Air Force Safety Center, Kirtland AFB NM 87117 or Contractor's Facility., Kirtland AFB, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN01595413-W 20080619/080617222646-8242ef4aaae00d8bc93c8230fe8de74a (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.