Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2002 FBO #0117
SOURCES SOUGHT

A -- Information Technology, Systems Design, Engineering and Integration for Technology and Spacecraft Development

Notice Date
3/27/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - PL
 
ZIP Code
00000
 
Solicitation Number
F29601-02-R-0005
 
Response Due
4/12/2002
 
Archive Date
4/27/2002
 
Point of Contact
Kim Kinifick, Contract Specialist, Phone 505 846 7603, Fax 505 846 7549, - Shari Barnett, Contracting Officer, Phone (505) 846-6189, Fax (505) 846-7549,
 
E-Mail Address
Kimberly.Kinifick@Kirtland.AF.MIL, shari.barnett@kirtland.af.mil
 
Description
A - INTRODUCTION: This is a Full and Open Sources Sought Synopsis and Market Survey to locate qualified companies for the procurement of Information Technology, Systems Design, Engineering and Integration for Technology and Spacecraft Development for the Air Force Research Laboratory, Space Vehicles Directorate (AFRL/VS) Phillips Research Site, located at Kirtland AFB, New Mexico. The anticipated contract type is cost plus fixed fee, term. The anticipated contract ceiling is <$5M over a five-year period. Sources are being sought to obtain engineering and information technology research and development necessary to ensure the AFRL Phillips Site can continue to develop high operational performance systems, with the sustained operational reliability to meet the warfighter requirements. Based upon the evaluation of the responses, the Government reserves the right to set-aside this acquisition for participation by small businesses and qualifying 8(a) businesses, and/or procure on a sole source basis. One award for entire effort is anticipated. Teaming arrangements are encouraged. B- REQUIREMENTS: AFRL/VS develops space technologies that support the evolving space related warfighter requirements. Primary areas of importance include systems engineering services to new technology and spacecraft development, requirement analysis, requirement documentation and flow-down, schedule analysis and milestone definition and tracking, interface control documents (ICD) development and interface engineering for payloads and S/C bus, and mission planning analysis. It is also necessary to provide a highly secure Information System infrastructure to allow uninterrupted communications among critical members of the technology development team. Offerors are encouraged to submit capability statements, which specifically address their ability to implement the broad range of services of this effort. Each of the following include the above technology areas: (1) Information Technology - Analyze and design multiple classified networks; Integrate Local Area Networks with Wide Area Networks; Serve as Network Administrator for the systems; Design and implement new topologies to accommodate growth in the network; Perform duties as a Information Systems Security Manager to include developing and implementing an approved Systems Security Plan and Security Operating Instructions; and Perform analysis of funds allocated to information technology on a yearly basis to include determining the best use of funds and developing and implementing a Information Systems Replacement Plan which outlines how the systems will be maintained and upgraded and at what time periods each system will need to be replaced or upgraded; (2) Systems Design, Engineering and Integration - Provide systems engineering and technical analysis for technology and spacecraft development by utilizing all available data sources to include coordinating activities with other government agencies; Participate in the translation of a system (or subsystem, program, and/or project) concept into a preliminary and detailed design and integrate the various components to produce a model of the system; Participate in the development of documentation and flow-down design studies and analyses; Participate in the development of schedule analyses and milestone definition and tracking, and ICD development and interface engineering for payloads and S/C bus; and Participate in providing an analysis of mission planning program goals and objectives. (3) Test and Evaluation - Apply various techniques demonstrating that a prototype system (subsystem, program, project, or activity) performs in accordance with the objectives outlined in the original design; Participate in the testing of the prototype and first article testing to include test plan development and implementation; and (4) Acquisition and Life Cycle Management - Participate in the planning and systems/program management functions required to procure and/or produce, render operational and provide life cycle support to technology-based systems, activities, and subsystems and/or projects; Develop and implement cost/schedule management of incoming programs to the facility; and Development of pricing and test plans for systems integration. Only contractors (prime and subcontractors) with a CURRENT TS/SCI clearance and Counter Intelligence (CI) Polygraph are eligible for award. It is anticipated that government property will be furnished as base support and an Organizational Conflict of Interest Clause may be included in the awarded contract. C - EVALUATION CRITERIA: Interested small and large business offerors who can provide the requirements in accordance with the requirements listed in Paragraph B above are invited to submit a written Statement of Capability (SOC). The following criteria will be used in evaluating all SOC's received in response to this synopsis: (1) Experience in the past five years in R&D related to technologies similar to those conducted at AFRL/VS as described in paragraph B - Requirements above. Include name of program, contract number, description of product or service, period of performance, customer name and phone number and contract value; (2) Availability of an adequate number of qualified personnel to locally support the effort with the ability to accommodate significant fluctuations in the magnitude of services based on AF programmatic and monetary variations while mitigating any significant technical and/or cost impact to the Government; (3) Required Years Experience: Master's Degree and 1 year experience in related discipline, or Bachelor's Degree and 2 years experience in related discipline, or No degree and 3 years experience in related discipline (4) CURRENT TS/SCI Clearance and Counter Intelligence (CI) Polygraph for prime and subcontractors (5) Demonstrate experience in military systems and technologies; and (6) Certification or proof of training as an Information Systems Security Representative. D - STATEMENT OF CAPABILITY PREPARATION INSTRUCTIONS: The SOC is limited to 15 pages (12 pitch or larger), single-sided, 8.5 by 11 inch pages. The page limitation does not include resumes. An original SOC and three copies must be sent to the Contracting Officer at Det 8, AFRL/PKVI, 2251 Maxwell SE (or via express delivery at 1801 Charlene Drive, Bldg. 592, KAFB NM 87117-5821) KAFB, NM 87117-5773 no later than 1600 (Mountain Daylight Time (MDT)) 14 calendar days after the date this announcement is posted (or the first federal workday thereafter). Include in the SOC any other specific and pertinent information as it pertains to this effort that would enhance the Government's consideration and evaluation of the information, name and address of the offeror, name, phone and fax number of point of contact(s), CAGE and SIC codes and cognizant ACO name and phone number. All small businesses submitting SOCs should indicate whether they are a small, small disadvantaged (not 8(a) certified), 8(a), or a woman-owned business. The NAICS code for this effort is 541710, size standard of 1,000 employees. Submissions by e-mail or fax will not be accepted. E-ADDITIONAL INFORMATION: Foreign-owned firms are advised to contact the Contracting Officer or Project Manager before submitting a proposal to determine whether there are restrictions on receiving an award. The operations, research and test data produced under a resultant contract may contain Military Critical Technology List (MCTL) information whose export is restricted by the Export Control Act (Title 22, USC, Section 2751), et seq.) or the Export Administration Act of 1979, as amended (Title 50, USC, App. 40-1, et seq.). Only those companies who are on the Qualified Contractors Access List (QCAL) may receive such information. Request certification and registration from the Defense Logistics Information Service, Federal Center, 74 Washington Ave., North, Battle Creek, MI 49017-3084 as soon as possible. To be eligible to receive an award of any contractual document, a firm is to be registered in the DoD Central Contractor Registration Database. An Ombudsman has been appointed to mediate concerns from offerors or potential offerors during the pre- proposal phase of competitive, negotiated acquisitions. The Ombudsman does not participate in proposal evaluation or contractor selection. The Ombudsman can work with responsible acquisition officials to respond to concerns, but will not detract from the authorities of the Project Manager or Contracting Officer. When requested, the Ombudsman will maintain the confidentiality of sources. The Ombudsman at the Air Force Research Laboratory (AFRL), Phillips Research Site, Mr Eugene DeWall, Director of Contracting, Det 8/PK, 2251 Maxwell Avenue SE, Kirtland AFB, NM 87117-5773 or at (505) 846-4979. Before contacting the Ombudsman, potential offerors should first refer contracting concerns to the Contracting Officer, Ms Shari D. Barnett, at (505) 846-6189, or refer technical concerns to the Project Manager, Tim Lamkin, at timothy.lamkin@kirtland.af.mil (e-mail only). When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the award process. Availability of any formal solicitation will be announced separately. This is NOT a Request for Proposal, Invitation for Bid, or an announcement of a solicitation and no solicitation package exists at this time. The Government will not pay for any materials provided to it in response to this synopsis and submittals will not be returned to the sender. SEE NOTE 26.
 
Record
SN00049099-W 20020329/020327213210 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.