Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2011 FBO #3389
MODIFICATION

B -- Signal Intelligence (SIGINT) Engineering Support Services (SESS II). These services include Signals Intelligence (SIGINT) processing, exploitation, data management, analysis, dissemination and reporting

Notice Date
3/4/2011
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), FAS Acquisition Operations Division (5QZA), 230 S. Dearborn Street, Room 3280, Chicago, Illinois, 60604, United States
 
ZIP Code
60604
 
Solicitation Number
5TP57100280
 
Point of Contact
Eben R. Greybourne, Phone: (312) 886-3811
 
E-Mail Address
eben.greybourne@gsa.gov
(eben.greybourne@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
NOTE: This announcement is hereby amended to provide notice that the solicitation documents have been submitted for final management review and should be ready for release on or about 15 March 2011. OPENING STATEMENT: This is an announcement of the pending release of a solicitation requesting proposals for non-commercial signal intelligence engineering services. NO RESPONSE IS REQUIRED BY INTERESTED VENDORS AT THIS TIME. The engineering services will be performed in support of the U.S. Air Force National Air and Space Intelligence Center (NASIC). The solicitation will be released on or about the end of November 2010. The solicitation will be released through this GPE portal. A written (hard copy) solicitation will not be issued. NASIC performs technical signal intelligence (SIGINT) activities to support operational war fighters, defense acquisition efforts and national policy and decision makers. SIGINT analysis is conducted by NASIC analysts to determine the performance characteristics of systems of interest. The results of this analysis are incorporated into all-source threat assessments, used to construct engineering models and provided directly to intelligence end-users. The vendor selected to fulfill this requirement will support this NASIC mission objective. The Government contemplates awarding multiple five- year Indefinite Delivery/Indefinite Quantity (IDIQ) contracts, with all work being placed through either fixed priced or time and material task orders. The following information is provided in compliance with FAR 5.207. (1) National Stock Number (NSN) if assigned: Not Applicable (2a) Specification: Signal Intelligence (SIGINT) Engineering Support Services (SESS II). The National Air and Space Intelligence Center (NASIC) requires external assistance to support Signals Intelligence (SIGINT) processing, exploitation, data management, analysis, dissemination and reporting. NASIC's needs under this effort are focused on technical SIGINT (Tech SIGINT). NASIC needs to procure, integrate, upgrade and maintain hardware and software necessary to effectively exploit Tech SIGINT data. This includes maintaining and upgrading the systems' associated processing capability, maximizing architectural commonality, minimizing technical risks, ensuring security compliance and decreasing life cycle costs. In addition, NASIC needs assistance developing and implementing new SIGINT processing and analysis systems, methods, and associated training. Technical and engineering support related to the processing and analysis of Tech SIGINT data must be provided. Finally, assistance for SIGINT analysis and the integration of SIGINT information into multi-source and all-source intelligence products is required. This work shall primarily provide technical, engineering, and analysis support associated with the exploitation of air and space Technical SIGINT (Tech SIGINT) data by the Signals Analysis Squadron with an emphasis on Technical Electronic Intelligence (Tech ELINT), Foreign Instrumentation Signals (FISINT), and C3 Data Links. Experience in Measurement and Signatures Intelligence (MASINT), Imagery Intelligence (IMINT), Communications Intelligence (COMINT), or operational ELINT (Op ELINT) does not substitute for experience in Tech SIGINT. (2b) Special Eligibility Qualifications: Employees must have current security clearances as will be defined in the forth coming Performance Work Statement. (3) Manufacturer: Not Applicable (4) Size, dimensions, or other form, fit or functional description: Not Applicable (5) Predominant material of manufacture: Not Applicable (6) Quantity, including any options for additional quantities: Not Applicable (7) Unit of issue: Not Applicable (8) Destination information: End items shall be delivered to NASIC at Wright Patterson AFB, Ohio (9) Delivery schedule: As prescribed on individual task orders. (10) Duration of the contract period: 5 years (11) Evaluation procedures: P roposals will be evaluated to determine the vendor offering the best value to the government, considering technical ability, past performance and price; (12) Architect-Engineer project Information: Not Applicable (13)(i) FAR clause at 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act, or an equivalent agency clause: Not Applicable (ii) FAR clause at 52.225-5, Trade Agreements, or an equivalent agency clause: Not Applicable (iii) FAR clause at 52.225-11, Buy American Act-Construction Materials Under Trade Agreements, 52.225-23, Required Use of American Iron, Steel, and Other Manufactured Goods-Buy American Act-Construction Materials Under Trade Agreements, or an equivalent agency clause: Not Applicable (14) Non-Competitive Information: Not Applicable (15) Fair Opportunity/Award Consideration: All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. (16) Solicitation Availability: The solicitation will be released in approximately 30 days. The solicitation will be released through this GPE portal. A written (hard copy) solicitation will not be issued. (17) Electronic Data Interchange: Not Applicable (18) Technical Data Source: Not Applicable
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d94b26fe75de42a19579d5b409d2ece4)
 
Place of Performance
Address: Wright Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02393342-W 20110306/110304234012-d94b26fe75de42a19579d5b409d2ece4 (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.