SOURCES SOUGHT
R -- PHILLIPS RESEARCH SITE (PRS) STRATEGIC PLANNING SUPPORT
- Notice Date
- 7/18/2003
- Notice Type
- Sources Sought
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL, Space Vehicles Directorate, Kirtland AFB, 2251 Maxwell Ave, Kirtland AFB, NM, 87117
- ZIP Code
- 87117
- Solicitation Number
- F29601-03-R-0004
- Response Due
- 8/4/2003
- Point of Contact
- Paulette Windley, Contracts Specialist, Phone 505 846 5011, Fax 505 846 6022, - Paulette Windley, Contracts Specialist, Phone 505 846 5011, Fax 505 846 6022,
- E-Mail Address
-
Paulette.Windley@Kirtland.af.mil, Paulette.Windley@Kirtland.af.mil
- Description
- Professional Engineering Services are sought for the Air Force Research Laboratory (AFRL) Space Vehicles Directorate (VS) and Directed Energy Directorate (DE), Kirtland AFB, New Mexico. The mission of VS is to develop space technologies that support the evolving space related warfighter requirements. The mission of DE is to develop advanced directed energy technologies that support evolving tactical and strategic related warfighter requirements. The overall objective of this effort is to obtain the professional engineering services necessary to ensure the AFRL Space Vehicles and Directed Energy Directorates can continue to develop high operational performance systems with the sustained operational reliability to meet the warfighter requirements. The primary objective of the effort is to provide advisory and assistance support (A&AS) for efforts providing professional engineering services for: strategic and technology planning for space, directed energy, homeland defense, missile defense technologies; business and leadership development for space and directed energy; integration of space and missile defense technology developments with future Air Force Space Command needs; identification, and integration of defense and first responder technologies for homeland defense; and cooperative requirements and technology planning with other space technology development centers. In order to support the VS and DE mission and objectives, AFRL is interested in augmenting the professional engineering expertise in the following major areas to be performed at specified locations: (1) Space Technology Strategic Planning located on-site at Kirtland AFB, New Mexico at VS with technical meetings held at other locations; (2) Space Business Development located on-site at Kirtland AFB, New Mexico at VS with technical meetings held at other locations; (3) Air Force Space Command Planning Support located at Colorado Springs, CO or at a contractor provided facility with technical meetings held at other locations; (4) AFRL/AFSPC/NASA Cooperative Planning Support located at Colorado Springs, CO or at a contractor provided facility with technical meetings held at other locations; (5) Homeland Security Technology Office Strategic Planning located on-site at Kirtland AFB, New Mexico at the Homeland Defense Technology Office with technical meetings held at other locations; (6) DE Strategic Planning located on-site at Kirtland AFB, New Mexico at DE with technical meetings held at other locations; (7) Maui Space Surveillance Site Support located on-site at the Government facilities at the Maui Space Surveillance Site with technical meetings held at other locations; (8) Space Sector Missile Defense Agency Support located on-site at Wright-Patterson AFB, OH with technical meetings held at other locations; (9) Advance Optics Strategic Planning located on-site at Kirtland AFB, New Mexico at DE with technical meetings held at other locations; and (10) Space Technology Technical and Programmatic Support located on-site at Kirtland AFB, New Mexico at VS with technical meetings held at other locations. The personnel requirement to support these services is as follows: Senior Engineer/Scientist with the following expertise and education: Shall demonstrate experience in military systems and technologies and has any of the following: PhD in Engineering or Science Disciplines with seven (7) to twelve (12) years of experience; or MS degree in Engineering or Science Disciplines with nine (9) to fourteen (14) years of experience; or Bachelor Degree in Engineering or Science Disciplines with fifteen (15) to twenty (20) years experience. Contractual effort is contemplated to be a cost-plus-fixed-fee (CPFF), level of effort term form contract with a base performance period of three (3) years with two one (1) year options available. The anticipated contract value is approximately $18M and anticipates 18 to 20 full time equivalents. A draft Request for Proposal (RFP) will not be issued. Small businesses having the capability to perform this work are invited to submit a Statement of Capability (SOC) in order for the Government to determine whether the acquisition should be set aside for small businesses. Based on the results of the SOC evaluation, the Government reserves the right to set aside this requirement for small businesses. Respondents shall indicate whether they are/are not a small business, a small disadvantaged business, 8(a), hub-zone certified, woman-owned, or Historically Black College or University. The SOC shall contain pertinent and specific information addressing the following areas: (1) Expertise and/or the ability to demonstrate technical knowledge of ongoing and future military Space Vehicles and Directed Energy Programs. (2) Expertise and/or the ability to demonstrate strategic planning support capability for military programs and program management. (3) Resume of capabilities and related experience of the personnel. Interested small businesses are requested to submit a SOC (original plus 2 copies) within 15 calendar days of this announcement, substantiating each qualification described in (1) through (3) above for RFP F29601-03-R-0004 to Det 8 AFRL/PKVS, Attn: Paulette S. L. Windley, 2251 Maxwell Ave SE, Kirtland AFB, NM 87117-5773. Any responses received not addressing all of the above requirements will be rejected. The company SOC is limited to 5 pages, single-spaced, 12-point font, Times New Roman, excluding resumes. Resumes shall not exceed one page each. Regarding resumes, submittal of names, professional qualifications and specific experience of all personnel who may be assigned, not including clerical, may be included to enhance our consideration and evaluation of the information submitted. Submitted information shall be unclassified. Respondents should be aware that the majority of resources must be employed within a Top Secret environment. A statement must be addressed by prospective respondents as to the ability to obtain, within 30 days of contract award, the personnel to support work at the Top Secret level. Potential respondents responding to this sources sought synopsis must indicate whether they qualify as a small business under NAICS Code 541710 with a size standard of 1000 employees. An organizational conflict of interest clause is anticipated in any resultant contract. Reference AFMC FAR Clause 5352.209-9002, Organizational Conflict of Interest (AUG 2002). This is not a RFP and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Any costs incurred as a result of this announcement shall be borne by the offeror and will not be charged to the Government for reimbursement. If your interest is in subcontracting possibilities, please indicate this clearly in your submission. Potential respondents should refer contracting concerns to the Contracting Officer and technical concerns to the Technical Point of Contact. 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 respondents 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, (800) 352-3572, http://www.dlis.dla.mil/jep/, for further information on certification and the approval process. Respondents are required to either submit a copy of the DLIS approved DD Form 2345 with their SOC or to the Contracting Officer if access to unclassified, limited distribution data is required to prepare the SOC. Foreign owned firms and Foreign Nationals are not permitted to participate in this procurement at any tier. Points of contact: Ms. Paulette S. L. Windley, Contracting Officer, Ph: (505) 846-5011, and Mr. Wayne Gaede, technical point of contact, Ph: (505) 846-4976.
- Place of Performance
- Address: Various
- Record
- SN00375122-W 20030720/030718213626 (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 |