Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2010 FBO #3017
SPECIAL NOTICE

A -- SPACE CONTROL INDUSTRY DAY, 2-3 JUN 2010 AND REQUEST FOR TECHNICAL PAPERS

Notice Date
2/25/2010
 
Notice Type
Special Notice
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
10-17
 
Archive Date
11/26/2010
 
Point of Contact
Eric Charest, Phone: 310-416-1539, Aine Akeley Nakai, Phone: 310-416-1732
 
E-Mail Address
eric.charest@losangeles.af.mil, aine.nakai.ctr@losangeles.af.mil
(eric.charest@losangeles.af.mil, aine.nakai.ctr@losangeles.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Space Superiority Systems Wing (SMC/SYSW), LA AFB, is hosting an Industry Day on 2-3 Jun 2010 to communicate needs of the space control mission area. SYSW is also soliciting technical papers to advance the state-of-the-art in space control for potential contract award in FY11. Specific areas of focus will be discussed at the industry day although concepts that enable future space control capabilities in the area of performance, reliability, maintainability, supportability and affordability goals, or which enhance performance or significantly reduce cost, schedule, or risk of existing technologies, are of particular interest. Areas of interest include activities that will provide benefit to Space Situational Awareness (SSA), Defensive Counterspace (DCS), Offensive Counterspace (OCS) mission areas, as well as, Enabling Command and Control. THIS ANNOUNCEMENT CONSTITUTES A REQUEST FOR TECHNICAL PAPERS. DO NOT SEND A PROPOSAL AT THIS TIME. The Government may award classified or unclassified contracts as a result of this BAA. Offerors responding to this announcement are required to submit with a cover letter, an original and three copies of a technical paper. In addition to the hardcopy technical paper, please submit a PDF formatted copy on a CD diskette. All responses to this announcement must be addressed to the following address: ATTN: Ms. Aine Nakai, SYSW/PK, 483 N. Aviation Blvd, El Segundo, CA 90245. If an offeror is interested in submitting a classified technical paper they must pre-coordinate with Mr. Jim Austin at 310-416-1645 or Mr. Reginald King at 310-416-1578 before submitting a technical paper. The applicable NAICS code for this solicitation is 541712 with a size standard of 1,000 employees. This acquisition is unrestricted; full and open competition is anticipated. Prospective offerors are to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA). Offerors can complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with the required registration in the Central Contractor Registration (CCR) database. Specific Technical Paper Instructions: (1) Cover letter. A cover letter shall accompany each technical paper. The cover letter should reference this BAA number. It should also identify the technical area under which the paper is submitted, provide technical and contracting points of contact, CAGE code, and include statement indicating if the firm is a Small Business, a Socially and Economically Disadvantaged Business, an 8(a) Certified Business, a HUB Zone certified business, a Woman-Owned Business concern, a veteran-owned small business, or a service-disabled veteran-owned small business. The cover letter must be signed and dated by an authorized official of the organization. (2) The Technical Paper shall include the following items: (a) Executive Summary: Describe the proposed program, objectives, and approach. A description of the innovation and benefits of the proposed approach and relationship to previous efforts should be discussed. b) Description: Describe the techniques, methods, materials, or ideas that will be addressed in this technical paper, their innovation, and to what degree they advance the state-of-the-art. (c) Program Plan: Describe in detail the planned technical approach and how the approach will be executed. (d) Rough Order of Magnitude Cost Estimate (ROM). Page Limitations. The technical papers shall be limited to 15 pages, single spaced, double-sided, 8.5 by 11-inch pages. Select an easy to read font no smaller than 12 pitch fixed or proportional font size 10 or larger. Smaller type may be used in figures and tables as long as it is clearly legible. The Government will not consider pages in excess of this limitation. Multiple technical papers within the purview of this announcement may be submitted by each offeror. The purpose of the technical paper is to preclude unwarranted effort on the part of an offeror whose proposed work is not of interest to the Government. Those technical papers found to be consistent with the intent of this BAA may be invited to submit a technical and cost proposal. Such invitation does not assure that the submitting organization will be awarded a contract. Complete instructions for proposal preparation will be forwarded with the invitation for proposal submission. The Government reserves the right to enter negotiations on any, all, part, or none of the papers received in response to this announcement, subject to the availability of funds. The selection of one or more sources for award will be based on an evaluation of each offerors proposal to determine the overall merit of the proposal in response to this announcement. The proposals will be evaluated utilizing a peer or scientific review process and shall be evaluated based on the following criteria that are listed in descending order of importance: (1) Overall merits of the proposal, (2) Importance to Space Control programs, and (3) Affordability. Price, in the context of affordability of proposals versus availability of funds, will be a substantial consideration in selecting proposals for awards, but will be secondary to technical considerations. Price will be evaluated and negotiated on proposals selected for award. No further evaluation criteria will be used. Proposals submitted will be evaluated as they are received. Individual proposal evaluations will be based on acceptability or unacceptability without regard to other proposals submitted under this BAA. Principle funding of this BAA and the anticipated award of contracts will start in FY11. Foreign or foreign-owned offerors are advised that their participation is subject to a foreign disclosure review. Foreign or foreign-owned offerors should immediately contact the contracting focal point, SYSW/PK, Los Angeles AFB, CA: Ms. Aine Nakai, (310) 416-1732, email aine.nakai.ctr@losangeles.af.mil for information if they contemplate responding. The cost of preparing technical papers or proposals in response to this announcement is not considered an allowable direct charge to any resulting contract or any other contract, but may be an allowable expense to the normal bid and proposal indirect cost specified in FAR 31.205-18. The following is required for personnel nominated to attend the Industry Day on 2-3 Jun 2010. Each organization will be limited to four personnel, one of whom must be a security professional. For each person attending, a Personal Access Request (PAR) will be submitted IAW JAFAN 6/0 with required supporting documentation (i.e. JPAS or Scattered Castles printout, SF 86 updated and signed in 2010 and evidence of a local records check). All personnel submitted must meet Tier I standards IAW JAFAN 6/4 with no waivers and must be currently briefed to TS/SCI level. Organizations must have a TS/SCI accredited facility in order to receive, store, or process Industry Day and other related documentation. SYSW/AS will accept the use of a currently accredited SCIF for storage, etc. A CONOPS will be required identifying the SCIF ID number, Rooms to be used and how the information will be segregated/protected. Contact Mr. Gerald Crafton at (310) 416-1591 for additional details regarding submission of PARs, facility CONOPS and accreditation of Information Systems for processing data. All nominations and documentation is due 22 Feb 2010; late submittals will not be processed. Companies who currently have Special Access Programs (SAPs) sponsored by SYSW should contact Mr Jim Austin @ (310) 416-1645. This could eliminate or minimize the documentation required to attend the industry day. BE ADVISED: An Ombudsman has been appointed to hear concerns from potential offerors. The purpose of the Ombudsman is to receive and communicate concerns from potential offerors when an offeror prefers not to use established channels to communicate his/her concern during the proposal development phase of this acquisition. The Ombudsman will communicate certain offeror issues, disagreements, and recommendations on this acquisition into the proper channels. The Ombudsman's role is not to diminish the authority of the program director or the contracts manager but to advocate an offeror's concern on a non-attribution basis. The Ombudsman will maintain strict confidentiality as to the source of the concern when requested by the offeror. The Ombudsman will not participate in the evaluation of proposals or the source selection process for this acquisition. The Ombudsman is Mr. James Gill, phone number (310) 653-1789. Routine questions, such as clarifications, are not considered to be 'significant concerns' and should be communicated directly to the contracts manager, Ms. Aine Nakai, (310) 416-1732. This BAA will remain open for nine months from time of release. There is no guarantee that awards will be made in each of the identified technical areas. The Government may make multiple awards in a technical area depending, in part, on the cost of individual proposals and the available funding. Proposers are cautioned that only contracting officers are legally authorized to bind the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/10-17/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN02076110-W 20100227/100226094124-5802393c61c01f0b851300e33596d17a (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.