Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2009 FBO #2806
SOLICITATION NOTICE

58 -- Nuclear Air Sampling Analysis of Alternatives (AoA)

Notice Date
7/31/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Combat Command, AF ISR Agency Contracting Div, 102 Hall Blvd, Ste 258, San Antonio, Texas, 78243-7091, United States
 
ZIP Code
78243-7091
 
Solicitation Number
FA7037-09-R-0002
 
Point of Contact
Bill Kaufman, Phone: 210-977-6173, , Phone:
 
E-Mail Address
william.kaufman@lackland.af.mil,
(william.kaufman@lackland.af.mil, ontract)
 
Small Business Set-Aside
HUBZone
 
Description
The Air Force Intelligence, Surveillance and Reconnaissance Agency (AF ISR Agency) Contracting Branch, 102 Hall Blvd, Ste 258, San Antonio TX 78243-7046 intends to issue a competitive solicitation for Mobile Nuclear Air Sampling Analysis of Alternatives (AoA) using best value source selection procedures IAW FAR 15 and MP5315.3, Source Selection, dated 31 Mar 08. This will be a Firm Fixed Price Contract. The period of performance will be for a One-Year Base Period with two (2) one-year option periods. The solicitation number is FA7037-09-R-0008. The Mobile Nuclear Air Sampling (MNAS) mission supports treaty monitoring and is currently fulfilled by the WC-135. The WC-135 has modernization and sustainability requirements that must be completed in the next 5-10 years. Within the Joint Capabilities Integration and Development System (JCIDS) a Capabilities Based Assessment (CBA) for the MNAS capability was performed and completed in the Fall of 2007. As a part of the MNAS CBA a Functional Area Assessment (FAA), a Functional Needs Assessment (FNA), and a Functional Solutions Analysis (FSA) commended a set of recommended solutions forward for analysis. The objective of this effort is to perform a quantitative, unbiased analysis of alternatives from the relevant materiel approaches that emerged as solutions from both CBA processes in order that the USAF can continue to be the capability provider for a proficient and sufficient MNAS/NTNF Airborne collection capability in the near, mid, and far term. The majority of the effort will be conducted at the contractors site. Personnel performing this effort must be eligible for the clearances referenced in the DD Form 254. IAW FAR 52.219-3, this is a 100% Hub zone set aside. All responsible HubZone sources may submit a proposal which shall be considered. The North American Industrial Classification (NAIC) for this acquisition is 541330, $4,500,000. Only written responses will be accepted. The approximate issue date will be 31 Jul 09 and the response date will be 3:00 p.m. CST on 17 Aug 09. REQUIRED CENTRAL CONTRACTOR REGISTRATION (MAR 98) APPLIES. AWARDS CANNOT BE MADE TO CONTRACTORS WHO ARE NOT REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION AT TIME OF AWARD. OFFERORS MUST HAVE THEIR REPRESENTATIONS AND CERTIFICATIONS POSTED TO ORCA AT http://orca.bpn.gov. A solicitation with the attachments was uploaded with this synopsis. OFFERS ARE DUE NO LATER THAN 3:00 p.m, CST on 17 Aug 09 at AF ISR Agency/A7KA, Attn: Bill Kaufman, 102 Hall Blvd, Suite 258, San Antonio TX 78243-7030. If you have any questions call Bill Kaufman at (210) 977-6173. E-mail address: William.Kaufman@lackland.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/HQAIA/FA7037-09-R-0002/listing.html)
 
Place of Performance
Address: Contractor's Facility near Patrick AFB FL, Patrick AFB, Florida, United States
 
Record
SN01895840-W 20090802/090801001202-68a5b4e10e7ec988e61b91940da40ad4 (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.