Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2012 FBO #3715
SOLICITATION NOTICE

A -- Modular Sensor Suite (MSS) Demonstration Program

Notice Date
1/24/2012
 
Notice Type
Presolicitation
 
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, AFRL - Wright Research Site, Det 1 AFRL/PK, Bldg 167, Area B, 2310 8th Street, Wright-Patterson AFB, Ohio, 45433-7801, United States
 
ZIP Code
45433-7801
 
Solicitation Number
FA8650-12-R-7228
 
Archive Date
2/23/2012
 
Point of Contact
Melinda Voiles, Phone: (937) 255-3614, Maurice Martin, Phone: (505) 220-8567
 
E-Mail Address
melinda.voiles@wpafb.af.mil, maurice.martin@kirtland.af.mil
(melinda.voiles@wpafb.af.mil, maurice.martin@kirtland.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF CONTRACT ACTION (NOCA) OF A BROAD AREA ANNOUNCEMENT CALL FOR Modular Sensor Suite (MSS) Demonstration Program. This is an announcement that the Air Force Research Laboratory (AFRL) intends to issue a Call under the Broad Area Announcement, BAA-11-01-PKD, Rapid Reaction Technology and Prototyping. The Air Force Research Laboratory Sensors Directorate is seeking a qualified contractor to provide rapid platform integration of a modular sensor suite and conduct evaluation and test activities for overseas applications in multiple theaters. The MSS demonstration platform shall be available for payload integration no later than 60 days after contract award and not require modification of the integrated MSS system. The MSS system is being developed under a separate AFRL effort and will be provided as Government-furnished equipment and to include integration support. An ITAR Restricted supplemental file with system specifications and additional contract requirements can be obtained by submitting an approved DD Form 2345 to the Technical point of contact. Vendors who are capable of meeting the contract requirements within the specified schedule shall identify their interest in being a prime contractor and submit, in writing, comprehensive information documenting their qualifications and capabilities to meet the requirements. Estimated Funding FY12 FY13 FY14 $15M $22M $8M Responses are due not later than 3:00 PM, Eastern Standard Time, on 8 February 2012 and shall be sent electronically to the Contracting Officer, Melinda Voiles, via email at Melinda.Voiles@wpafb.af.mil. Security requirements restrict this potential acquisition to United States of America vendors/suppliers only. Responses received after 3:00 PM, Eastern Standard Time, on 8 February 2012 or without the required information will be considered non-responsive to the NOCA and will not be considered. Responses shall be no more than ten (10) pages in length. Page size shall be 8.5 x 11 inches; foldouts are permitted but will be assessed towards total page count. Pages shall be single-spaced, single-sided. The font shall be Times New Roman and the font size shall be no less than twelve (12) point. Use at least 1-inch margins on the top and bottom and ¾ inch side margins. Submitting your company brochure is not an adequate response. The Government recognizes that proprietary data may be submitted as part of your response. If so, clearly mark such restricted or proprietary data. The Capability Statement should include the following elements in this format within the ten (10) page limit: 1. Prospective Vendor Identification a. Company name b. Address c. Phone number d. Fax number e. E-mail f. Point of contact information g. A website address that provides additional information about the prospective vendor h. The highest security clearance level that your company currently holds 2. Describe your relevant capability to provide sensor integration and test and sensor theater operation and evaluation for maritime and high-terrain elevation environments. A brief history of the prospective vendor/supplier and its experience in providing the capability is required. Provide information relative to the contract number, value, organization, period of performance, sensors and platforms utilized, program manager and contact information on up to three contracts for which you are currently providing or have provided capabilities similar to the size and scale of this effort. 3. Describe your existing inventory of platforms, mission support equipment and available mission crew (both platform operators and image analysts) for theater operations. 4. In the event that the Government issues a Request for Proposal (RFP) for these capabilities, identify your intent to submit a proposal as a prime contractor (and indicate the anticipated level of subcontracting/teaming). 5. All vendors responding to this announcement should indicate their business size, particularly if they are a small business. "Small business" means small business, veteran-owned small business, service-disabled veteran-owned small business, HUB Zone small business, small disadvantaged business, and women-owned small business, large, small, small disadvantaged, 8(a), women owned businesses and HUB Zone. 6. The platform provider may be required to execute a non-disclosure agreement with the MSS payload development contractor to enable an AFRL assessment of platform suitability and integration risk. Other business opportunities for the Air Force Research Laboratory are available at www.fedbizopps.gov. Interested vendors may identify their interest and capability to respond to the requirement or submit proposals. Importantly, this Notice of Contracting Action does not constitute an Invitation for Bids, Request for Proposal (RFP), or Request for Quote (RFQ), nor does this issuance restrict the Government's acquisition approach. Any information received is considered market research and may be utilized by the Air Force in developing its acquisition strategy, Statement of Work, and performance specifications and metrics. This market research will be used to assess the availability and adequacy of potential sources prior to issuing any RFP. The Government will not respond or conduct formal debriefings to vendors as a part of this NOCA. The Government does not reimburse respondents for any costs associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this NOCA. Direct acquisition questions to the Contracting point of contact identified in the announcement. Direct technical questions to the Technical point of contact, Maurice Martin, AFRL/RVS, at (505) 220-8567, or e-mail maurice.martin@kirtland.af.mil. Please provide a copy of your DD Form 2345 to the technical POC before requesting further technical or schedule details.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLWRS/FA8650-12-R-7228/listing.html)
 
Record
SN02660195-W 20120126/120124234705-c8df85addb335fae6c7aac1e2be283ef (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.