Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2008 FBO #2551
SOLICITATION NOTICE

R -- Systems Engineering & Evaluations, System Analysis Worldwide 5 (SEESAW 5)

Notice Date
11/18/2008
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8750-09-R-0214
 
Point of Contact
Marlene M Hueber,, Phone: 315/330-4552
 
E-Mail Address
marlene.hueber@rl.af.mil
 
Small Business Set-Aside
N/A
 
Description
Notice Type: PRESOLICITATION NOTICE Original Set Aside:N/A Classification Code: R - Professional, Administrative, and Management Support Services NAICS code: 541 -- Professional, Scientific, and Technical Services/541511 - Custom Computer Programming Services Description: Air Force Research Laboratory (AFRL) Rome has a requirement to provide life cycle software development engineering to the Department of Defense Intelligence Information System (DoDIIS) and the US Intelligence Community worldwide. An indefinite-delivery, indefinite-quantity cost-plus-fixed-fee (completion) type contract is contemplated with an ordering period of 36 months. We anticipate $49,900,000 to be a sufficient ordering amount for the 36 month period of performance. The North American Industry Classification System (NAICS) code for this acquisition is 541511. The scope of this effort is to provide life cycle software development engineering DODIIS and the Intelligence Community missions worldwide. The approach is to provide studies, analyses, designs, development, recommendations, enhancements, integration management, configuration management, testing and evaluation of existing and new systems, and their transition into the operational environment, and system and network administration/operation. Technical activities will include, but not be limited to: Development, prototyping, and implementation of operational software to increase capability of the system to perform its mission, to add new capability or to remove an existing capability. Include performing analytical studies, feasibility/impact studies, system analyses, system design, development, system trade-off studies, experimental design efforts, experimental/prototype hardware and software demonstration efforts, architecture analyses, system requirements analyses, system design studies, software requirements analyses, software design, software development efforts, system specification and planning, system integration, configuration management, security activities, advanced system developments, rapid prototyping, test and evaluation, suitability testing of developmental systems in order to improve systems capability to perform their mission. In the course of performance, the Contractor will interface with various agencies at various DODIIS and U.S. Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance (C4ISR) Community sites worldwide via on-site performance, short term visits and electronic means in the Washington DC area, Hampton VA, and U.S. Intelligence Community sites worldwide including Iraq, Afghanistan, Kuwait, Bosnia, and Cuba and other hazardous locations. On-site support is currently required in Germany, Colorado Springs, CO, San Antonio TX, the Washington DC area (MD, VA, and DC), Boston MA, and AFRL Rome Research Site to provide technical expertise in the analysis, design, development, integration, testing, and evaluation of DODIIS Information Technology (IT) and to U.S. C4ISR Community systems and activities. Evaluation of the small business capability packages received in response to the previous Sources Sought announcement resulted in a determination that a small business set-aside was not warranted. Foreign participation is excluded at the prime contractor level, unless authorized through a current approved National Interest Determination (NID). All information generated or maintained under this effort is export controlled. Therefore, prospective offerors must provide a completed and approved DD Form 2345, Militarily Critical Technical Data Agreement, which certifies the offeror is on the Certified Contractors Access List (CCAL) or the offeror is seeking application to CCAL. For further information on CCAL, contact the Defense Logistics Information Service at 1-877-352-2255 or on the web at http://www.dlis.dla.mil/jcp/. It is solely the responsibility of the contractor to obtain an export license from the U. S. Department of State and to comply with the federal laws and regulations. Questions concerning the International Traffic in Arms Regulations (ITAR) and export licensing must be directed to the U.S. Department of State's Directorate of Defense Trade Controls and not the Air Force Project Engineer, Contracting Office, or Air Force Foreign Disclosure Office. Under the current contract, the work requires a SECRET facility clearance and approximately 125 personnel with TOP SECRET / SCI security clearances. Based on current estimates, approximately 17 personnel with Top Secret SCI clearances will be required for performance at time of award. An additional 45 cleared personnel (30 in Rome NY, 5 in the National Capital Region, and 10 in the Langley VA) is estimated to be required within the first 60 days. It is estimated that a total of 97 cleared Top Secret/SCI personnel will be required during the first six months of contract performance. A technical library relating to the subject area of this acquisition is available for review by potential offerors at the Air Force Research Laboratory/RIEB, Building 3, 525 Brooks Road, Rome New York 13441-4505. The library contains technical data subject to export control. Appointments for access may be made by submitting a request to the AFRL Program Manager, at least four business days in advance. Prior to access being granted, potential offerors must submit a copy of an approved DD Form 2345, Militarily Critical Technical Data Agreement, along with a letter from the Data Custodian designated on that form, authorizing access by whomever will be reviewing the library. Address the request to: ATTN: Christopher Stepanick, Air Force Research Laboratory/RIEB, 525 Brooks Road, Rome, New York 13441-4505, or via fax to 315-330-3913. In accordance with AFFARS 5301.91, an Ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Before consulting with an Ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer, Lori Anguilli, (315) 330-1955, Lori.Anguilli@rl.af.mil, for resolution. AFFARS Clause 5352.201-9101 Ombudsman (AUG 2005) will be incorporated into the resultant contract. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the Ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the Ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The Ombudsman may refer the party to another official who can resolve the concern. Consulting an Ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). If resolution cannot be made by the Contracting Officer, concerned parties may contact the following AFRL Ombudsman: Susan Hunter, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-7754. Concerns, issues, disagreements, and recommendations that cannot be resolved at the AFRL level, may be brought by the concerned party for further consideration to the Air Force Ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. The Ombudsman has no authority to render a decision that binds the agency. Do not contact the Ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contract Specialist. The solicitation is expected to be released on or about 15 December 2008. When it is issued, the entire solicitation will be issued on the Federal Business Opportunities (FedBizOpps) website at https://www.fbo.gov. All prospective offerors are responsible for monitoring this site for the release of all other information pertaining to this solicitation. Technical questions should be directed to the Laboratory Program Manager, Christopher Stepanick, 315-330-3590, or e-mail Christopher.Stepanick@rl.af.mil. Contractual questions should be directed to the Contract Specialist, Marlene Hueber, 315-330-4552, or e-mail Marlene.Hueber@rl.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b1928815635b78a880acb7d9148d44da&tab=core&_cview=1)
 
Record
SN01706758-W 20081120/081118221438-b1928815635b78a880acb7d9148d44da (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.