Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2010 FBO #3149
SOLICITATION NOTICE

K -- Improved Solar Observing Optical Network (ISOON) Phase 1

Notice Date
7/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
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, Space and Missile Systems Center-SMC/LGK, 1050 E. Stewart Avenue, Peterson AFB,, Colorado, 80914-2902
 
ZIP Code
80914-2902
 
Solicitation Number
10-49
 
Archive Date
8/7/2010
 
Point of Contact
Jeffrey Bloomer, Phone: 719-556-2559, Gary A Simpson, Phone: 719-556-2577
 
E-Mail Address
jeffrey.bloomer@peterson.af.mil, gary.simpson@peterson.af.mil
(jeffrey.bloomer@peterson.af.mil, gary.simpson@peterson.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined sources sought/synopsis to alert vendors of the government's intention to award a sole source acquisition IAW FARPT. 6.302-1(a)(2)(iii) to ARINC Engineering Services, LLC is to proceed with a bridge purchase order to continue work under an Army CECOM R2 task order that will expire on 20 August 2010. The proposed acquisition will be a time and materials (TM) contract for materials and services from an integrating contractor to modify the existing Solar Observing Optical Network (SOON) Telescopes to produce a first article to meet the requirements of the ISOON System Specifications (ISOON-SSS-20010400). Period of performance is estimated to be three months beginning 1 August 2010. The total estimated cost for this contract, including options, is approximately $180K. The anticipated award date for this contract is 1 August 2010. The Weather Sustainment Division intends to award a sole-source, contract for a e period of 3 months to ARINC Engineering Services, LLC, and the period of performance would be from 1 August 2010 through 1 November 2010. This action will act as a bridge to provide continued specialized engineering support and expertise to replace the expiring ISOON Phase 1 integration contract. ARINC, the current contractor, is considered the only responsible source that can provide the supplies and services identified below without the Government incurring substantial duplication of costs that are not expected to be recovered through competition and/or incurring unacceptable delays in fulfilling the requirements (10 USC 2304 (c) (l)). The Weather Sustainment Division is performing a market survey to determine if there are interested and qualified firms having the capabilities described below. The contractor shall provide rapid, high quality engineering/technical services to modify, document, integrate, and test the ISOON. In order to reduce the sustainment cost associated with the present SOON system, acquire high resolution images, obtain more accurate measurements, provide remote operations capability, provide automated analyst tools and meet Air Force IA (Information Assurance) requirements, the following change is needed: Modify the present SOON system with to an upgraded ISOON that will meet the requirements of specification ISOON-SSS-20010400. The contractor shall procure organizational and depot level spares for this telescope. The contractor shall also paint the telescope and ship the telescope to Kirtland AFB, NM. Interested contractors are invited to submit a Statement of Capability (SOC) addressing the ability to satisfy the above requirements to SLG/PK, Attn: Richard Cournoyer, 1050 E. Stewart Ave Bldg 2025, Peterson AFB, CO 80914. All responses are due no later than 23 July 2010 and must conform to 8.5 x 11-inch pages, font no smaller than 12-point, and a maximum of 20 pages. The statement of capability must include the following information: 1) Company name, mailing address, points of contact, and telephone numbers; 2) Business size classification (large, small, or other); 3) Experience in Optical Solar Observatory or similar technologies; 4) Ability to satisfy the Government's performance requirements described above. Oral communications are not acceptable. SOC must be completely unclassified. All responsible sources may submit a SOC, which will be considered. Responses from small business and small, disadvantaged business firms are highly encouraged. Any information submitted in response to this synopsis is strictly voluntary. The Government does not intend to award a contract on the basis of this announcement. All data received in response to this synopsis that is marked or designated as corporate or proprietary information will be fully protected from release outside the Government. The Government will not reimburse any cost associated with submitting information in response to this Request for Information (RFI), nor shall any costs be allowed on any Government contract. Mr. James Gill, USAF AFSPC SMC/PK is the Ombudsman and has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or Contracting Officer, but communicates Contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call him at (310) 653-1789. The Justification & Approval will be posted approval signatures.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCLGK/10-49/listing.html)
 
Place of Performance
Address: National Solar Observatory, Sunspot, New Mexico 88349, United States, Sunspot, New Mexico, 88349, United States
Zip Code: 88349
 
Record
SN02198013-W 20100709/100707234759-18516bfadf07c7bfe7678d3c3e3932a5 (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.