Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2008 FBO #2459
DOCUMENT

B -- ADVANCED AEROSPACE WEAPON SYSTEM APPLICATIONS PROGRAM - Solicitation HHM402-08-R-0211

Notice Date
8/18/2008
 
Notice Type
Solicitation HHM402-08-R-0211
 
NAICS
541330 — Engineering Services
 
Contracting Office
Other Defense Agencies, Virginia Contracting Activity, DIA Bolling AFB, Bolling AFB, Bldg. 6000, AE-2, Washington, District of Columbia, 20340-5100
 
ZIP Code
20340-5100
 
Solicitation Number
HHM40208R0211
 
Archive Date
10/31/2008
 
Point of Contact
Jennifer Sylvestre,, Phone: 202-231-1246
 
E-Mail Address
jennifer.sylvestre@dia.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. The solicitation number is HHM402-08-R-0211. The complete formatted solicitation will be available for download on the Federal Business Opportunities Website at www.fedbizopps.gov under solicitation number HHM402-08-R-0211. Interested offerors shall download the complete version of the solicitation from the aforementioned website. This solicitation is being issued as a Request for Proposal. The Virginia Contracting Activity has a requirement for engineering services in the Washington DC area. This requirement is solicited as a total small business set aside. NAICS code is 541330 with a size standard of 25 million. One firm fixed price contract is anticipated to be awarded as a result of this solicitation under a Best Value Basis. The term of the contract is from Date of Award through September 30, 2009. The contract will have four one-year options, for the period of September 29, 2008 through September 30, 2013. STATEMENT OF OBJECTIVES FOR THE ADVANCED AEROSPACE WEAPON SYSTEM APPLICATIONS PROGRAM 18 July 2008 1. B ACKGROUND: The Acquisition Support Division (DWO-3) of the Defense Intelligence Agency (DIA) has the responsibility to provide guidance and oversight to the Department of Defense (DoD) acquisition process along with leveraging the DoD Intelligence Community to coordinate, produce and maintain projections of the future threat environment in which U.S. air, naval, ground, space, missile defense and information systems operate. In order to accurately assess the foreign threat to U.S. weapon systems, a complete as possible understanding of potential breakthrough technology applications employed in future aerospace weapon systems must be obtained. 2. OBJECTIVE: One aspect of the future threat environment involves advanced aerospace weapon system applications. The objective of this program is to understand the physics and engineering of these applications as they apply to the foreign threat out to the far term, i.e., from now through the year 2050. Primary focus is on breakthrough technologies and applications that create discontinuities in currently evolving technology trends. The focus is not on extrapolations of current aerospace technology. The proposal shall describe a technical approach which discusses how the breakthrough technologies and applications listed below would be studied and include proposed key personnel that have experience in those areas. 3. REQUIREMENTS: a) The contractor shall complete advanced aerospace weapon system technical studies in the following areas: 1. lift; 2. propulsion ; 3. control; 4. power generation; 5. spatial/temporal translation; 6. materials; 7. configuration, structure; 8. signature reduction (optical, infrared, radiofrequency, acoustic); 9. human interface; 10. human effects; 11. armament (RF and DEW); 12. other peripheral areas in support of (1-11); b) It is expected that numerous experts with extensive experience (minimum of 10 years) in breakthrough aerospace research and development will be required to meet the demands of the above program. The offeror should clearly identify their approach to obtaining the services of and their utilization of these scientific and technical experts. Management personnel must include a lead integrator to oversee the work of the various analytical teams, and to integrate their findings into final coherent products. At least one member of each analytical team must have a PhD, although that member can be on several teams. A technical plan for conducting the advanced aerospace weapon system studies described above must be included in the offeror's proposal. (c) Offeror must be able to produce integrated finished assessments in each of the above advanced aerospace weapon system technical areas. Finished reports and presentations, while highly analytical and technical, must be in a format suitable for dissemination at the highest levels of the federal government. In addition to the main technical section of each assessment, an executive summary utilizing clearly understandable (non-technical) language must also be contained in each report. (d) To assess relevant experience, offerors shall submit at least three (3) references, including a POC name and phone number, with a brief description of the business relationship with the Government or other corporations. In addition, offerors should provide examples, conducted within the past 7 years, of having performed, as a prime contractor, the analysis, design, construction, and flight testing of high performance aircraft and/or satellites. Success in this program is dependent upon this capability and experience. 4. PLACE OF PERFORMANCE : The work under this contract shall be performed at the Contractor's facility. 5. SECURITY REQUIREMENT: Contractor company and personnel proposed shall be clearable and able to obtain a security and facility clearance upon award of the contract. All requirements specified in this SOO may be based on materials classified at or below Top Secret with access to Sensitive Compartmented Information (TS/ SCI). The contractor shall comply with the terms and conditions of the DD- 254 BEFORE initiating any classified effort. The contractor shall notify the COR and Contracting Officer immediately upon the determination that higher classification requirements exist in order to accomplish the specified requirements. The contractor shall ensure that each individual assigned to this contract shall be identified, cleared, and approved through DIA/DAC- 3 PRIOR to granting that individual access to, or authority to generate classified information in association with this effort. 5.1. Contractor shall provide a work facility (including unclassified information systems) with a Top Secret Facility Clearance granted by the Defense Security Service (DSS). Cleared facilities are not required at contract inception. Offeror must provide personnel eligible for a Top Secret clearance level with further eligibility for SCI access. At least two personnel cleared at the Secret level are required at contract inception. 6. GOVERNMENT FURNISHED PROPERTY/EQUIPMENT: The Government will provide the contractor access to computers and peripherals such as printers as the Government deems necessary to access and produce classified information. These computers and peripherals remain the property of the Government. 7. GOVERNMENT FURNISHED INFORMATION/DATA: Data required by the contractor to fulfill the terms of this contract shall be requested from the Government Project Lead (GPL). A good faith effort will be made to fulfill any legitimate request (as assessed by the GPL), however, the responsibility to collect information and data necessary for the conduct of this effort remains with the contractor. Any classified data provided by the Government in support of this contract will remain the property of the Government and will be returned to the government not more than 30 days after contract conclusion. 8. CONTRACTOR ACQUIRED / GOVERNMENT OWNED PROPERTY: Any accountable property acquired by the contractor with government funds during the execution of this contract shall become government owned property. The contractor shall obtain written permission from the CO or Contracting Officer Representative (COR) prior to any purchase of real property with government funds. The contractor shall establish and maintain an inventory of all such property. This property must be inventoried and returned to the government not more than 60 days after the end of the contract. 9. EQUIPMENT LEASE OR PURCHASE: The purchase of equipment is preferred, however, it may be more advantageous to the government to lease in certain circumstances. When it is contemplated a lease would be more advantageous to the government, contractor shall furnish the following information to the COR so the government can determine the best solution: 1. Estimated length of time the equipment will be used and the extent of use within that period; 2. Financial and operating advantages of alternative types and makes of equipment; 3.Cumulative rental payments for the estimated period of use; 4. Net purchase price; 5. Transportation and installation costs; 6.Maintenance and other service costs; 10. TRAVEL: It is anticipated that travel will be required for this contract. The Government will pay up to the rates specified in the government Federal Travel Regulations for travel destination. Travel reservations will be made by the contractor and will be reimbursed for actual costs only, with supporting documentation/receipts attached to the invoice. 11. DELIVERABLES: The contractor shall prepare the following deliverables: a. Status Reports - monthly reports outlining accomplishments, milestones, and work in progress. b. Project Management Plan - For each technical area, the team lead shall submit, at the 60 day point, an overview paper identifying the scope of the final report; a Plan of Action and Milestones, and the composition of the analytical team. c. Research Reports - For each technical area, a comprehensive report and briefing forecasting potential advancements and their impact is to be submitted to the GPL by the end of the tenth month. An executive version of each report should also be submitted. Format will be specified by the GPL. d. Integrated Threat Assessment - A final report and briefing that assesses the foreign threat from advanced aerospace platforms incorporating the technologies discussed in the individual research reports will be provided to the GPL at the end of the period of performance. An executive version of the report should also be submitted. Format will be specified by the GPL. e. Resumes - The Contractor shall submit resumes of all key personnel proposed for this effort. The Government reserves the right to review resumes and qualifications prior to acceptance of individuals for assignment. 12. PERIOD OF PERFORMANCE: The term of this contract shall is anticipated to be 5 years which consists of a base year of 12 months from date of award plus four (4) 12 month option years. 13. CONTRACT TYPE: The contract shall be firm fixed priced (FFP). 14. KEY GOVERNMENT PERSONNEL: The Contracting Officer for this contract will be Jennifer Sylvestre, AE, (202) 231-1246. The COR and Government Project Leader will be Dr. James T. Lacatski. 15. DEFINED TERMS: Key personnel - defined as proposed management and lead science and engineering staff. ; Contracting Officer Representative (COR) - The government official appointed by the contracting officer and who is responsible for operations of the execution of the contract. The COR handles all aspects dealing with the interpretation and deliverables of the contract.; Contracting Officer - Procurement official who holds a contracting warrant and is authorized to obligate the government under the terms of a contract and make changes to the contract.; The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-012. The following FAR clauses and provisions apply to this acquisition:FAR 52.204-7 Central Contractor Registration ;52.212-1 Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications ? Commercial Items; Offerors are requested to provide a completed copy of this provision with their offer. Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 51.212-3 Offeror Representations and Certifications ? Commercial Items.If paragraph (j) of the provision is applicable, a written submission is required. FAR 52.212-4 Contract Terms and Conditions/Commercial Items applies. 52.222-49 Service Contract Act. 52.247-21 Contract liability for personal injury and or property damage.FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition Supervision Labor and Materials.The following clauses within paragraph 52.212-5(b) apply to this solicitation.FAR 52.222-21 Prohibition of segregated Facilities. FAR 52.222-26 Equal Opportunity.FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era.FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era.FAR 52.225-13 Restriction on Certain Foreign Purchases.FAR 52.232-18 Availability of Funds. FAR 52.217-9 Option to Extend the Term of the Contract. Contract Terms And Conditions Required to Implement Statutes or Executive Orders Applicable to Acquisitions of Commercial Items apply to this acquisition Required Central Contractor Registration applies to this acquisition. The complete text of any of the clauses and provisions effective on the date of the latest Federal Acquisition Circular is available electronically from the following site:http://www.arnet.gov/far. Firms offering a response to this notice should ensure registration in the Central Contractor Registration database prior to submission for consideration. Offerors are requested to submit offers via e-mail to Jennifer.sylvestre@dia.mil. Proposals are due at the Contracting office on September 5. 2008 by 4:00 PM EST to the point of contactindicatedbelow. Point of Contact: Jennifer Sylvestre ; Contracting Officer Jennifer.sylvestre@dia.mil Contracting Office Address: Other Defense Agencies, Defense Intelligence Agency, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard Post Office Box 46563, Washington, DC, 20035-6563, UNITED STATES Place of Performance: Bolling Air Force Base, Washington DC 20340 Point of Contact(s): Jennifer Sylvestre, Contracting Officer, Phone 202-231-1246, Jennifer.sylvestre@dia.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cfc033675f7c370545fd7776a34b866d&tab=core&_cview=1)
 
Document(s)
Solicitation HHM402-08-R-0211
 
File Name: Solicitation HHM402-08-R-0211 (HHM402-08-R-0211.doc)
Link: https://www.fbo.gov//utils/view?id=7944c316a35a20e1f9b5ac6cbc72bc90
Bytes: 452.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Bolling AFB, Washington DC 20340, Washington DC, District of Columbia, 20340, United States
Zip Code: 20340
 
Record
SN01643684-W 20080820/080818221546-3e296242a761cf77a54ca4e4981c97c7 (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.