Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2010 FBO #3063
SOURCES SOUGHT

A -- Joint Munitions Effectiveness Manuals

Notice Date
4/12/2010
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, Florida, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
JMEM-SS
 
Point of Contact
Danielle M. Steinke, Phone: (850) 882-0174, Kevin R Miller, Phone: (850) 882-2675
 
E-Mail Address
danielle.steinke@eglin.af.mil, kevin.miller@eglin.af.mil
(danielle.steinke@eglin.af.mil, kevin.miller@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
JOINT MUNITIONS EFFECTIVENESS MANUALS (JMEMS). Sources are sought to develop, revise and document software, conduct special research projects and produce electronic media and paper for publication referred to as Joint Munitions Effectiveness Manuals (JMEMs). This procurement directly supports the Joint Technical Coordinating Group for Munitions Effectiveness (JTCG/ME). The products include weapon effectiveness data for air-to-surface and surface-to-surface non-nuclear ordnance and other non-nuclear weapons systems, and weapon effects and tactics training for anti-air non-nuclear ordnance. The munitions effectiveness data and target vulnerability data are produced to support the war fighter, weapon program offices, and research and development. Revisions, changes, updates and graphics work for the tri-service products must be of the same or higher quality and format as the original publications. The contractor shall be required to collect, store and retrieve data such as Reliability, Delivery Accuracy, Systems Characteristics, Target Vulnerability, Target Acquisition, Gun Evaluation and Collateral Damage Estimates used in the production of the tri-service products. Computer models used on this contract to perform mathematical computations to calculate JMEM effectiveness data electronically either have been approved and authenticated by the JTCG/ME or developed by munitions contractors. The contractor shall serve as custodian for the computer models and related computer code. The contractor shall maintain databases and products in geographically separated data storage facilities to assure continuity. The contractor shall verify proper operation of installed programs on computer systems installed on government provided systems. The contractor shall research better methods for developing products, demonstrate the product in various service schools and agencies, maintain a website, review reports, participate/support meetings, perform software engineering tasks, conduct software testing, propose solutions and make recommendations to the JTCG/ME where appropriate. Special research projects shall require experts with advanced degrees and experience in specific fields of research. The specific fields include but are not limited to Engineering (Aeronautical, Civil, Electrical, Mechanical, Computer), Chemistry, Computer Science, Mathematics, Physics and Statistics. Security clearances shall be required of all personnel working on this contract. The contractor shall interface with foreign nationals and be required to modify documents approved by the JTCG/ME for release to foreign governments or revised as specified by the appropriate DoD agency. Tasks can be performed at the contractor's facilities, government facilities located at Eglin Air Force Base, Florida, Aberdeen Proving Ground, Maryland or other CONUS and O-CONUS locations. Some travel away from the local area shall be required per year. It is anticipated the period of performance will be 5 years. An Organizational Conflict of Interest provision will be included in any resultant contract. The North American Industry Classification Systems (NAICS) Code for this effort is 541712, with a small business size standard of 500 employees. This is a Sources Sought Synopsis for market research purposes only and is not a Request for Proposal (RFP). No solicitation is being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Participation is strictly voluntary with no cost or obligation to be incurred by the Government. Interested sources who believe they can meet these requirements should provide a Statement of Capabilities that provides the following information related to their demonstrated experience and capabilities: (a) Contract information and/or program information describing your experience in the past three years relative to the objectives and tasks identified above, (b) Demonstrated capability in each of the following areas: Conducting/evaluating munitions effectiveness and target vulnerability analyses; Generating delivery accuracy, reliability, weapon characteristics, blast estimates, target vulnerability, weapon effectiveness, risk estimates; Developing effectiveness methodologies for new weapon systems; Developing tactics, shot validation and encounter for new weapon systems; Developing and maintaining effectiveness databases and manuals; Developing and maintaining software and computer models. In addition to a Statement of Capabilities, firms responding to this announcement should include company name, CAGE code, point of contact, address, and indicate whether they are a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned business, HUBZone small business, small disadvantaged business, or woman-owned small business. Please limit your Statement of Capabilities to no more than 15 pages. If emailing your Statement of Capabilities, please send it in a PDF or MS Word format. Responses should be submitted to Danielle Steinke, Contract Specialist, by email no later than Noon Central time on 30 April 2010 at Danielle.steinke@eglin.af.mil or by facsimile to (850) 882-4651.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AAC/JMEM-SS/listing.html)
 
Place of Performance
Address: Tasks can be performed at the contractor's facilities, government facilities located at Eglin Air Force Base, Florida, Aberdeen Proving Ground, Maryland or other CONUS and O-CONUS locations., United States
 
Record
SN02119456-W 20100414/100412234928-a5580742ce61ea1af78b0baef05419fa (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.