Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2009 FBO #2684
SOURCES SOUGHT

D -- Western Range Operations, Communications & Information Services (WROCI) - Sources Sought for WROCI

Notice Date
3/31/2009
 
Notice Type
Sources Sought
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
FA4610-XX-XXXX
 
Point of Contact
Claudia D Boga,, Phone: (805) 605-2661, Shirley Castillo,, Phone: 805-276-8060
 
E-Mail Address
claudia.boga@vandenberg.af.mil, shirley.castillo@vandenberg.af.mil
 
Small Business Set-Aside
N/A
 
Description
Conformed copy of current contract, Draft SOW, sample of attachments. Sources are sought for informational purposes only. There is not a solicitation for any action at this time. This synopsis is issued for the sole purpose of the 30th Contracting Squadron to conduct Market Research in accordance with FAR Part 10. The 30th Space Wing is seeking input from industry with the technical expertise to provide services of a non-personal nature for the Western Range Operations, Communications, and Information (WROCI) contract at Vandenberg AFB, CA. The government is considering using NAIC 517110 for this acquisition. The Statement of Work (SOW), line item schedule, and a selection of representative SOW's for additive work on the current contract in the form of work requests (WR's) and Task Order Directives (TOD's) are included as attachments. All documents which are included as attachments to this synopsis have been appropriately redacted. The contemplated WROCI contract will provide Western Range operations and maintenance; support services; training; command, control, communications, information and computer systems services; testing, modifying and installing communications, electronic and security systems at launch facilities, launch control centers test facilities. This effort provides range and mission network equipment and software maintenance, and direct customer support for user access to, and information transfer, over the Non-Classified internet Protocol Router Network (NIPRNET), Secret Internet Protocol Router Network (SIPRNET), Local Area Network (LAN), and Wide Area Network (WAN) to the US Air Force, 30th Space Wing (30 SW) Western Range (WR) and launch agencies by providing qualified personnel, equipment, tools, materials, vehicles, specialized test equipment, supervision, and other items and services as necessary. The contractor will be required to maintain and operate Department of Defense (DoD) range and mission computers, radios, communication centers, range and mission voice and data switching, Vandenberg Air Force Base Information Transfer Center (BITC), Master Publications Library, interface with the Federal Communications Commission (FCC), and assess the impact of integrating new Communication systems into the WR and base-wide infrastructure. The contractor will be required to perform site observation, security services, operate sensitive unclassified destruct facility, and escort and data courier services as defined in this statement of work. The WR encompasses a geographical area extending from the US West Coast to the Indian Ocean. Instrumentation sites are located at VAFB, and other California coastal sites. Mobile instrumentation and measurement resources are deployed to other ranges, centers, and laboratories to meet Range customer requirements. The WR receives and provides Range support to and from various agencies, to include but not limited to, the Naval Air Warfare Center Weapons Division, Pacific Missile Range Facility, NASA Space Centers, 45th Space Wing (45 SW), 452nd Flight Test Squadron (452nd FTS), Federal Aviation Administration (FAA), North American Aerospace Defense Command, US Space Command (USSPACECOM), Missile Defense Agency (MDA), US Coast Guard, Air Force Flight Test Center (AFFTC), and Reagan Test Site (RTS). The 30 SW is responsible for providing Range capability to conduct and support activities for spacelift, ballistic missile, and aeronautical programs. The Western Range is part of the Major Range Test Facility Base and supports DoD, NASA, commercial, and other user launch, orbital tracking, and test programs. The Government is interested in maximizing participation from Small Business, however, this acquisition is not limited to small business at this time. Contract is anticipated to be for a basic with seven one-year options. Anticipated period of performance is 01 Oct 11 - 30 Sep 19; with phase-in starting 01 Aug 11. Interested offerors are asked to furnish a capability statement no later than 1 May 09. Please limit the length of your capability statement to 3 pages, single-spaced. Please include company name, address, telephone number, points of contact with an e-mail address, business size, DUNS number, CCR Registration number, Federal CAGE Code, general description of the company, how long the company has been in business and a description of similar contracts with the government and/or commercial customers (include points of contact, contract numbers, value and contract type). Firms responding to this survey must (1) state whether they are a small or large business based on the size standard above (2) indicate if a small disadvantaged or woman-owned business, 8(a) firm, veteran-owned small business, a historically black college or university or minority institution (HBCU/MI), or HUBZONE small business; (3) provide experience in the form of an outline of previous projects that include relevant work of an equivalent magnitude including contract numbers; specific experience or personnel identified to perform the work including professional qualifications/certificates; and (4) any other pertinent information which would enable the government to assess a firm's capabilities. Conflict of interest rules apply and offerors will be required to submit mitigation plans following release of the RFP. Because the Government reserves the right to set aside this acquisition based on the response received, it is imperative that firms respond with the required information so that capabilities can be evaluated accurately. Submit all packages to 30 CONS/LGCZ, Attn: Claudia McMorris and Shirley Castillo, 1515 Iceland Ave, Bldg 8500, Room 150, Vandenberg AFB, CA 93437-5212. NOTE: It is the responsibility of all potential offerors to monitor these sites for release of any future synopses or solicitation. The Government will not pay for any costs associated with providing this information. The Government reserves the right to consider a small business, 8(a) or any other set aside arrangement as deemed appropriate for this contemplated procurement. To be eligible for any future contract, prospective concerns must be registered in the Department of Defense Central Contractor Registration (CCR), Wide Area Workflow (WAWF) and must accept payment via Electronic Funds Transfer (EFT). The government will be sponsoring an industry day on a to-be-determined date, after receipt of all capability statements. This forum will provide insight on the requirement. Contractors will also be afforded a one-on-one opportunity to discuss suggestions, ideas, and comments regarding the proposed acquisition (one-hour sessions will be scheduled and held after the industry day). Written confirmation of interest, in attending the industry day and one-on-one session, should be provided by e-mail to Claudia McMorris at claudia.boga@vandenberg.af.mil and Shirley Castillo at shirley.castillo@vandenberg.af.mil. Fax number is (805) 606-5193. One-on-one sessions will be scheduled for established dates/times by return e-mail or Fax, on a first-come-first-choice basis. Elaboration on the previously-submitted capabilities documents relating to the proposed acquisition should be submitted at the one-on-one session. The determination of whether or not this will be a small business set-aside or full and open competition has not been determined at this time. Information received from interested parties will help in determining anticipated competition. Points of Contact Claudia McMorris, Contracting Officer, Phone (805)605-2661, Fax (805) 606-5193, Email claudia.boga@vandenberg.af.mil or Shirley Castillo, Contract Specialist, Phone (805) 606-8060, Email shirley.castillo@vandenberg.af.mil, FAX (805) 606-5193. Email your questions to Claudia McMorris at claudia.boga@vandenberg.af.mil and Shirley Castillo at shirley.castillo@vandenberg.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=697cf9bc4c2057cae9806715d5b5501c&tab=core&_cview=1)
 
Place of Performance
Address: Vandenberg AFB, CA, Vandenberg AFB, California, 93437, United States
Zip Code: 93437
 
Record
SN01781310-W 20090402/090331220228-697cf9bc4c2057cae9806715d5b5501c (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.