Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2011 FBO #3645
SOURCES SOUGHT

A -- Engineering Management and Analytical Services

Notice Date
11/15/2011
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, AF ISR Agency, AF ISR Agency/A7KR, 1030 S Hwy A1A (Bldg 989), Patrick Air Force Base, Florida, 32925-3002, United States
 
ZIP Code
32925-3002
 
Solicitation Number
2011-0001
 
Point of Contact
Jack A. May, Phone: 3214944220, Charlotte Nelson, Phone: 321-494-4456
 
E-Mail Address
jack.may@patrick.af.mil, charlotte.nelson@patrick.af.mil
(jack.may@patrick.af.mil, charlotte.nelson@patrick.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Air Force Technical Applications Center (AFTAC) Directorate of Atmosphere and Space (TH) has a requirement for Engineering, Management, and Analytical Services (EMAS) to support the atmosphere and space mission area. As one of the technical directorates, AFTAC/TH is responsible for the United States Nuclear Detonation Detection System components of the AFTAC mission and conducts focused analysis of information from those components. This includes but is not limited to the AFTAC mission of conducting focused analysis of information with a capability to detect, locate, identify, characterize, assess, and report in near real-time all atmospheric and space detonations. The effort supports AFTAC in the following areas: (1) augmenting the directorate's organic technical capabilities, resources and assets to ensure mission readiness, (2) performing research and development (R&D) and operations and maintenance (O&M) of future systems and other advanced detection technologies to meet operational mission requirements for monitoring treaties and other directed technology applications. Description EMAS will be an Advisory and Assistance Services (A&AS) effort to provide technical services in conducting a variety of projects with mixed O&M and R&D. The contract must be able to effectively and efficiently provide engineering, planning and management, test and evaluation, data analysis, training and contingency planning, technical database development/modification, review panel, and field support activities. The performance is on site in the AFTAC/TH primary mission area at Bldg 989, Patrick Air Force Base, Florida. However, other alternate locations are used for operational ground relay stations, laboratory modeling, field testing, and experimental stations for collecting, recording and analyzing data. Contract personnel may be required to travel to austere locations on an as needed basis. In order to successfully perform the required services, the contractor must be able to meet the following requirements: a. Experienced staff of engineering and management professionals in defined areas of interest, including basic sensor systems technology; systems engineering; test and evaluation; data processing and reduction; programming and financial management processes; manufacturing technology and quality; logistics planning; deployment and support; managerial assistance; training management; and acquisition management b. Broad familiarity with sensor systems and technologies across the electromagnetic/optical spectrum is desired c. Familiarity with AFTAC's Nuclear Detonation Detection System and knowledge of applicable national agencies and Department of Energy National Laboratories in relevant sensor R&D and software development is desired d. Expertise in multi-phenomena sensing R&D to further air, ground, and space sensor capabilities across the electromagnetic spectrum e. Establish and maintain associate contractor agreements with other involved firms due to a high level of coordination and technical cooperation f. Secure facility and personnel cleared to top-secret with a favorable Director Central Intelligence Directives 6/4 eligibility determination and valid date for immediate access to sensitive compartmented information SECURITY REQUIREMENT: The offeror must have the ability to have Top Secret/Sensitive Compartmented Information (TS/SCI) cleared personnel on-site to support EMAS requirements. In addition, offeror must demonstrate that the personnel are familiar with Department of Defense security procedures for protecting classified material and working on secure systems at the TS/SCI, Secret, and Unclassified level in a controlled TS/SCI facility, as well as the ability and transportation to access a United States Air Force installations. Personnel must have the ability to obtain an authorization to courier classified data to and from secure facilities. GOVERNMENT FURNISHED EQUIPMENT (GFE): Access to government-furnished property and services will be limited to special purpose use in direct support of specific tasks performed in Building 989, Patrick AFB or in direct support of EMAS at alternate locations. For work performed in Building 989 and for direct support of EMAS at alternate locations, the Government will provide use and access to typical office and workspace, supplies, and services required to accomplish the task. Capabilities Package This sources sought synopsis is an invitation for all qualified sources that contemplate submitting a proposal under a future Request for Proposal for this requirement to identify themselves. All interested firms should submit a brief Statement of Capabilities (SOC) package that outlines the firm's abilities in providing the required services. Responses must be limited to 10 pages and should address the following specific areas: 1. The clearance level of key personnel working on the proposed contract 2. The capabilities of key personnel relating to the requirements outlined above. Resumes may be included but shall be counted as part of the above page limit 3. Recent and relevant company experience and capabilities related to the requirements outlined above 4. Business size/status 5. If subcontractors are used, provide anticipated percentage of effort to be subcontracted or whether small or large business will be used The government intends to make a single Indefinite Delivery, Indefinite quantity contract award with a ceiling not to exceed $20 million. A hybrid Firm-Fixed-Price, Cost-Plus-Fixed-Fee, and Time and Materials effort is anticipated. The solicitation may be issued electronically on or about the first quarter of FY13 at this website. Anticipated award date is the second quarter of FY13. This sources sought is for planning purposes only and does not commit the Government to pay for information requested, issue a solicitation, or award a contract. The applicable North American Industry Classification System code and size standard are: 541330, Engineering Services, with a size standard of $4.5 million. No technical or solicitation document exists at this time. All interested firms should submit an SOC that outlines their firm's capabilities in providing the required services. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, and clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Firms responding must state whether they are a Small Business, Small Disadvantaged Business, Woman-owned Small Business, Historically Black College or University or Minority Institution, an 8(a) firm, a Native American Firm, a Historically Underutilized Business Zone firm, a Veteran-Owned Small Business Concern, a Service-Disabled Veteran-Owned Small Business Concern, or a Large Business based on the size standard previously stated above. Responses from Small Business and Small, Disadvantaged Business firms are highly encouraged. However, all businesses must be able to perform the requirements at the time of submitting SOCs. Responses to this sources sought synopsis should be submitted via email in electronic format using MS Word 2007 or newer format, or PDF format which must conform to 8.5"x11" page size, type 12 font, with a maximum of 10 total pages. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Submittals that contain Classified materials must be coordinated in advance with the points of contact. An Ombudsman 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 Manager or Contracting Officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concerned party. Before consulting with an Ombudsman, interested parties must first address their concerns, issues, disagreements, or recommendations to the Contracting Officer for resolution. If resolution cannot be made by the Contracting Officer, concerned parties may contact the AF ISR Agency Ombudsman, Ms. Veronica Solis, AF ISR Agency/A7K, Santa Antonio, TX 78243, (210) 977-2453, facsimile number (210) 977-2245, veronica.solis@lackland.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the AF ISR Agency level, may be brought by the concerned party for further consideration to the Air Force Ombudsman, SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330, phone number (703) 588-7004, facsimile number (703) 588-1067. RESPONSES ARE DUE NO LATER THAN 30 Nov 11, 4:00 PM Eastern Standard Time. The primary point of contact is Mr. Jack May: Contract Specialist, phone (321) 494-4220 or jack.may@patrick.af.mil. Alternate point of contact is Mrs. Charlotte Nelson, Contracting Officer: (321) 494-4456 or charlotte.nelson@patrick.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/96d0ce6341f9f5ea44d163f0f187b6d5)
 
Place of Performance
Address: Bldg 989, 1030 South Highway A1A, Building 989, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN02623280-W 20111117/111115234052-96d0ce6341f9f5ea44d163f0f187b6d5 (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.