Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2008 FBO #2420
SOLICITATION NOTICE

A -- Virtual Integrated Electronic Warfare Simulations (VIEWS) - VIEWS PWS July 2008

Notice Date
7/10/2008
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
FA9302-09-R-0030
 
Response Due
8/10/2008 4:00:00 PM
 
Archive Date
2/1/2009
 
Point of Contact
Steve E Barry,, Phone: 661-277-9567, Kathleen L Delgado,, Phone: 661-277-1829
 
E-Mail Address
steven.barry@edwards.af.mil, kathleen.delgado@edwards.af.mil
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS. THE PURPOSE OF THIS SYNOPSIS IS TO NOTIFY INDUSTRY OF THE USAF INTENT FOR CONTRACT ACTION AND POSSIBLE GAIN KNOWLEDGE OF OTHER POTENTIALLY QUALIFIED SOURCES AND THEIR SIZE CLASSIFICATIONS (SMALL BUSINESS, LARGE BUSINESS, ETC.) PLEASE DO NOT REQUEST A COPY OF A SOLICITATION, AS ONE DOES NOT EXIST. The 412 Electronic Warfare Group (EWG), Edwards AFB, CA, intends to solicit and compete a limited competition, Cost-Plus Fixed Fee contract to the successful bidder. The contract will consist of multiple services that are detailed in the attached Performance Work Statement (PWS). This requirement is for ALL services identified in the PWS. Any qualified and interested companies responding to this announcement must be able to support all areas. NO partial support responses from industry will be accepted. The Government is seeking only, qualified, experienced sources interested in performing the services identified in the attached PWS. Minimum Qualifications General The contractor must have current domain expertise in the field of military electronic warfare systems, both U.S./friendly and hostile. The contractor must have knowledge of the nature and operation of ground-based and airborne radar systems, complex and unique air defense modeling and simulation systems, electronic warfare passive sensors (both RF and IR), command and control networks and command and control techniques, integrated air defense systems and techniques, communications and datalink radio systems. The contractor must also have experience in the use of signal simulators and stimulators in the test and evaluation of electronic warfare systems, including radar signal simulators, radar target return simulators, communications and navigation signal simulators, GPS signal simulators, and command and control simulators. The contractor must have in-depth expertise in these systems to develop and determine detailed integration requirements, programming requirements, and user/operator needs when multiple systems are integrated together. When connected together the multiple systems must be capable of coherent and synchronous operation. Security/OPSEC The contractor personnel must have a final U.S. Government issued TOP SECRET security clearance and be DCID 6/4 eligible with a current SSBI. The contractor must follow the security requirements outlined in a contract DD Form 254, Department of Defense Security Classification Specification. The Contractor is required to comply with Operations Security requirements contained in AFI 10-701. The contractor must have experience in the design and implementation of systems used in classified operations and must have approved processes and facilities for storing, accessing and handling classified information. Requirements a.Perform system engineering analysis of existing capabilities and customer requirements to achieve a sound design based on thorough technical understanding of the problem area. b.Perform system integration and development to provide the desired capabilities. c.Execute a phased development and delivery of capabilities, providing a useable test capability at the conclusion of each phase. d.For each phase provide: detailed testable requirements for each capability being delivered; tracing of development requirements to higher level system requirements; revisions to the overall system architecture for the capabilities being delivered; detailed design for the components and configuration items (CIs) being developed; integration and test plans; test procedures; performance of qualification tests; test reports; and system operations and maintenance manuals. e.Document technical requirements, designs and design decisions, plans, and procedures in written technical documentation, and submit for Government approval. The Government will identify required documentation for each development activity. f.Prepare and present technical reviews (e.g., PDR, CDR) on technical requirements, design, plans, and procedures. g.Prepare and present technical training on newly developed capabilities and systems. The PWS details the 412 EWG required support, therefore, the Government is requesting that interested concerns furnish the following information: (1) Company name, address, point of contact, telephone number and e-mail address. (2) Type of business, i.e., small, small disadvantaged, woman-owned, HubZone, serviced-disabled veteran-owned small business, large business, etc. under North American Industry Classification System (NAICS) 541330 which contains a size standard of $25,000,000.00. (3) Under which NAICS does your company usually perform all the services identified in the attached PWS? Please include the rational for your answer. (4) Provide no more than three (3) references for no more than three (3) of the most recent and relevant contracts performed within the last three (3) years. Contracts must be same or similar to the work described in the PWS. Include name, address, telephone number, and e-mail address of references. Also, provide a brief description of the work performed, contract number, total contract value, and period of performance. E-mail responses to this request for information are preferred, and should be sent to: steven.barry@edwards.af.mil. All questions must be submitted via e-mail or in writing and forwarded to the aforementioned point of contact. Mr. Barry can be reached by phone at 661-277-9567. Mailed responses should be submitted to the attention of Steven Barry, AFFTC/PKDB, 5 South Wolfe Ave, Bldg 2800, Edwards AFB CA 93524. The due date and time for responses to this synopsis is 4:00 pm Pacific Standard Time on 10 Aug 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8a13d8d1a97337274835112eef8a9784&tab=core&_cview=1)
 
Place of Performance
Address: 20 Hoglan AVE, Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN01610714-W 20080712/080710220611-8a13d8d1a97337274835112eef8a9784 (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.