Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2002 FBO #0126
SOURCES SOUGHT

A -- Laser Analysis and Testing for Intelligence Surveillance and Hybrid Applications (LATISHA)

Notice Date
4/5/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - PL
 
ZIP Code
00000
 
Solicitation Number
F29601-00-D-0237
 
Response Due
4/22/2002
 
Archive Date
5/7/2002
 
Point of Contact
Barbara Steinbock, Contracting Officer, Phone 505 846 2246, Fax 505 846 1546, - Barbara Steinbock, Contracting Officer, Phone 505 846 2246, Fax 505 846 1546,
 
E-Mail Address
steinbob@plk.af.mil, steinbob@plk.af.mil
 
Description
Contracting Point of Contact: Barbara Steinbock, Contracting Officer, (505) 846-2246, Technical Point of Contact: Capt Mike Dunn, (505) 846-4010. The Air Force Research Laboratory (AFRL), Phillips Research Site (PRS), Directed Energy Contracting Directorate on behalf of the Air Force Research Laboratory (AFRL), Phillips Research Site (PRS), Directed Energy Directorate (DE), Kirtland AFB, NM intends to award a sole source modification in accordance with FAR subpart 6.302-1 (a)(2)(iii) to Boeing-SVS, under the Laser Analysis and Testing for Intelligence Surveillance and Hybrid Applications (LATISHA) contract F29601-00-D-0237, for several on-going research projects. The contemplated effort is to increase the current contract ceiling by $4.5 million within the current term of the contract which is through 30 Nov 2004. BACKGROUND: The Air Force Research Laboratory's Advanced Optics and Imaging Division has engaged in the research and development of laser beam control and electro-optical technologies applicable to Air Force and DOD missions. Much of this work has been performed under the Laser Equipment and Nonlinear Optics Support (LENS), All Optical Imaging Brassboard (AOIB) and the Nonlinear Optics Support (NLOS) contracts. DE will be conducting research and development in technologies applicable to imaging, surveillance, designation, illumination, countermeasure, directed energy, remote sensing and optical communications missions of the Air Force and DOD. A contract modification will be issued to Boeing-SVS provided other sources cannot provide the services at more favorable terms. Respondents are required to provide a statement of capability containing pertinent and specific information addressing the following areas: 1. Experience: An outline of projects previously performed relevant to the subject areas. 2. Personnel: Name, professional qualifications and specific experience of scientific, engineering and program management personnel who might be assigned to work in the areas of the subject effort. 3. Facilities: Availability and description of special facilities required to perform in the technical areas under consideration. Responses are limited to 15 pages including program plan, resumes, attachments, diagrams, etc. Any responses not addressing all requirements will be rejected. Submit responses to Barbara Steinbock, AFRL/PKDB, 2251 Maxwell Ave. SE, Kirtland AFB NM 87117-5773 no later than fifteen (15) calendar days after the date of this announcement by 3:00pm, Mountain Daylight Savings Time (MDST). The proposed contract action is for supplies or services for which the Government intends to solicit and negotiated with only one source under authority of FAR 6.302-1(a)(2)(iii). This notice of intent is not a request for competitive proposals. However, all proposals received within thirty (30) calendar days after the publication date of this announcement will be considered by the Government. The determination of the Government not to compete this proposed contract action based upon the responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. This is an unrestricted announcement under NAICS code 541330. However, firms should indicate whether they are or not a small business, woman-owned, qualifying 8(a) businesses, certified HubZone small businesses, or historically black colleges, universities, and minority institutions (HBCU/MI). In order to receive a DoD contract, offerors must be registered in the DoD Central Contractor Registration (CCR) system and the U.S./Canada Joint Certification Program. For more information and on-line registration with CCR, see http://www.ccr.dlis.dla.mil. A SECRET facilities clearance is required. It is anticipated that contractors will have access to or will generate data that is unclassified with limited distribution and/or subject to U.S. Export Control laws. Therefore, only offerors who are certified by the Defense Logistics Information Services (DLIS) may submit offers. Contact US/Canada Joint Certification Office, DLIS, Federal Center, 74 Washington Ave, North, Battle Creek, Michigan 49017-3084 (1 (800) 352-3572) http://www.dlis.dla.mil/CCAL/ for further information on certification and the approval process. The offeror is required to either submit a copy of the DLIS approved DD Form 2345 with its proposal or to the Contracting Officer if access to unclassified, limited distribution data is required to prepare the proposal. 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 authority of the Project Manager or Contracting Officer. When requested, the Ombudsman will maintain the confidentiality of sources. The Ombudsman at Phillips Research Site is Mr. Eugene DeWall, Director of Contracting, Det 8 AFRL/PK, 2251 Maxwell Ave SE, Kirtland AFB, NM 87117-5773; (505) 846-4979. Before contacting the Ombudsman, potential offerors should first refer contracting concerns to the Contracting Officer, Barbara Steinbock at 505-846-2246.
 
Record
SN00054195-W 20020407/020405213252 (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.