Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2012 FBO #4016
SOURCES SOUGHT

99 -- Materials Technology Support (MTS)

Notice Date
11/20/2012
 
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
FA7022-12-R-0004a
 
Archive Date
12/12/2012
 
Point of Contact
Charlotte Simon, Phone: 3214948621, Michelle Raines, Phone: 321-494-7320
 
E-Mail Address
charlotte.simon2@patrick.af.mil, michelle.raines@patrick.af.mil
(charlotte.simon2@patrick.af.mil, michelle.raines@patrick.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Materials Technology Support Sources Sought DESCRIPTION: Reference Sources Sought Synopsis for FA7022-12-R-0004 posted 17 Feb 2012. Additional market research is required due to revised Small Business Administration (SBA) size standards effective 12 March 2012. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. VENDORS SHOULD NOT SUBMIT FORMAL PROPOSALS UNTIL A FORMAL REQUEST FOR PROPSAL IS POSTED TO THIS WEBSITE. This requirement is considered non-commercial in nature and any resultant contract will be awarded in accordance with FAR Part 15. The Air Force Intelligence, Surveillance and Reconnaissance Agency (AFISRA) is issuing this Sources Sought Notice for Operation and Maintenance (O&M) support of the Materials Technology Support (MTS) contract for the Air Force Technical Applications Center (AFTAC). This Sources Sought Synopsis announcement market survey is for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. Performance will be conducted at the contractor and AFTAC facility. This request for information is to gain knowledge of interest, capabilities, and qualifications of various companies to provide radiation safety support; radiochemistry laboratory support; simulation, modeling and system integration support; and program and administrative support for the Materials Technology (TM) directorate at AFTAC. In order to successfully perform the required services, the contractor must be able to demonstrate the capability to provide the following: 1. Radiation health physicists to support AFTAC's radiation safety program and radiochemistry laboratory; 2. Expertise to support AFTAC's radiochemistry laboratory to include nuclear radiochemistry, mass spectrometry, radiation counting, laboratory quality control, laboratory management information systems, and laboratory operations; 3. Expertise in diverse environmental materials and phenomenological modeling data support; 4. Expertise and unique knowledge of laboratory analytical processes, procedures, and data evaluation techniques in the form of consultants and expert panel members for the TM mission; 5. A TOP SECRET clearance with valid DCID 6/4 date for SCI access is required for this work at contract start. 6. Must be able to demonstrate clear and sound organizational and management methods; and 7. Travel may be required as directed by the government to receive, training, and guidance or attend government meeting to support the mission. This proposed contract is being considered as a set-aside under the small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed for this requirement is 541330, Professional Scientific and Technical Services, with a size standard of $35.5M. The government is interested in all small businesses including 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses, small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. The RFP will be available electronically on or about 14 Dec 2012 on this website only. Fax, telephone, written or email requests for the solicitation package will not be honored. Potential contractors must be registered in the Central Contractor Registry to be eligible for award (see https://www.bpn.gov/ccr/default.aspx ). It is mandatory to obtain a DUNS number prior to registering in CCR by calling Dun & Bradstreet at 1-800-333-0505. All responsible firms may submit a proposal (after issuance of the RFP) and shall be considered for contract award. Award of this solicitation will be made utilizing Full Trade-Off source selection technique. This synopsis does not constitute an IFB or RFP and is not to be construed as a commitment by the Government. The Government will not otherwise pay for any costs associated with providing information in response to this synopsis or any follow-up information requests. AFFARS 5352.201-9101, Ombudsman is applicable. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. If resolution cannot be made by the contracting officer, concerned parties may contact the AFISRA ombudsman, Ms. Veronica Solis, AF ISR Agency, 102 Hall Street, Ste 258, San Antonio, TX 78243-7091, 210-977-2453, FAX 210-977-6414, veronica.solis@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. If you are seriously considering submitting a proposal when a solicitation is released, please submit a Statement of Capabilities packet with brief information about your company and business size. The capabilities packages should be brief and concise, yet clearly demonstrates the ability to meet the stated requirements. Capabilities, facilities, experience or other available personnel as well as past performance on similar contracts should be included. The capabilities packet should be no longer than ten (10) pages including graphics, tables, or photographs. Please submit information electronically by 27 Nov 2012 to ATTN: Charlotte Simon at charlotte.simon@us.af.mil or by mail to Charlotte Simon AF ISR Agency/A7KRB, 1030 South Highway A1A, MS 1000, Patrick AFB 32925. The anticipated start date is Dec 2012. NO PHONE CALLS WILL BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/da537a4490d531e3afabc53fb44b0447)
 
Place of Performance
Address: 1030 S. Hwy A1A (Bldg 989), Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN02934541-W 20121122/121120234509-da537a4490d531e3afabc53fb44b0447 (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.