Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2003 FBO #0715
MODIFICATION

B -- Indepedent Analysis of Area Attack Weapons

Notice Date
11/10/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
FA867704F0069
 
Response Due
11/19/2003
 
Archive Date
12/4/2003
 
Point of Contact
Kathy Corbin, Contract Specialist, Phone (850)882-3416 X 3015, Fax (850)882-2533, - Mary Badger, Contracting Officer, Phone (850)882-3416 X 2164, Fax (850)882-2533,
 
E-Mail Address
kathy.corbin@eglin.af.mil, Mary.Badger@eglin.af.mil
 
Description
The Area Attack Program Office (YH), Contracting Directorate, Air Armament Center (AAC), Eglin AFB, Florida, intends to solicit and award a Firm-Fixed Price contract from the GSA Schedule or open market for Systems Analysis Program Support, as described below. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a quotation is being requested and a written solicitation will not be issued. The Government reserves the right to cancel this solicitation, either before or after Request For Quote (RFQ) closing, with no obligation to the offeror by the Government. The announcement number is FA8677-04-F-0069. This solicitation is issued as a Request for Quotation (RFQ). The North American Industry Classification System (NAICS) code for this acquisition is 541330, with a small business standard size of $23M. Please identify your business size if you respond based on this standard. The proposed period of performance will consist of 6 Manyears per year of A&AS tasked level of effort for a one-year basic period, 1 Feb 04 to 31 Jan 05, and two one-year options, through 31 Jan 07 consisting of: One (1) CLIN 0001 Independent Analysis; One (1) CLIN 0002 Travel; One (1) CLIN 0003 Data; and One (1) CLIN 0004 Combat Forces Assessment Model User Group. These services are to be delivered FOB Destination to Eglin AFB, Florida. Interested parties may submit statements of capability (SOC) and resumes demonstrating their ability to provide Systems Analysis support for the Sensor Fuzed Weapon (SFW), Joint Standoff Weapon (JSOW), Wind Corrected Munitions Dispenser (WCMD), Extended Range WCMD, and other area attack weapon programs. This effort must provide total continuity in the scientific and analytical analysis of the system/subsystem, engineering designs, technical data, and test efforts for the previously identified programs. This effort must provide continued support of the high fidelity, engineering level models and simulations used in the independent analysis of the various systems and subsystems of the programs. This effort must also provide continued support of the models and simulations used in the independent analysis of system engineering and subsystem engineering design for the SFW, JSOW, WCMD, and WCMD-ER programs. In depth technical understanding of these weapon systems is required, as well as, recent and relevant experience with high fidelity simulations, modification of computer models, Six Degrees of Freedom (6-DOF) software simulation, Functional Qualification Test (FQT) software, and capability to perform analyses using the Combat Forces Assessment Model (CFAM) and Joint Air to Surface Weaponeering Systems (JAWS). It is imperative that total independent analysis be uninterrupted in support of these programs, especially during their upcoming critical and major Program Decision Briefings. This effort requires contractor personnel be cleared for access to SECRET NOFORN WINTEL information. Any contract that may be awarded will include a strict Organizational Conflict of Interest provision in accordance with the Federal Acquisition Regulation (FAR). The current contractor is SAIC; however, all responsible sources may submit an offer, which will be considered The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-17. FAR 52-212-1, Instructions to Offerors-Commercial Items and any addenda to the provision (10/2000); 52.212-2, Evaluation-Commercial Items (Evaluation will be based on technical capability, relevant past performance, and price; IAW FAR 15.304 -technical capability and relevant past performance related to the above described requirement when combined are significantly more important than price) (1/99); 52-212-3 Offeror Representations and Certifications-Commercial Items (4/2001). Note: Offerors must submit a complete copy with their offers. (To request an electronic copy of 52.212-3, respond with an e-mail to one of the below e-mail addresses); 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (5/2001) selecting the following sub-clauses for this acquisition: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33. Also, clauses 52.204-2; Security Requirements (8/96), 52.211-15 Defense Priority and Allocation Requirements (9/90); 52.247-34, F.O.B Destination; (11/91) 52.252-2, Clauses Incorporated By Reference; (2/98) 52.252-6, Authorized Deviations in Clauses; (4/84) DFARS, 252-204-7004, Required Central Contractor Registration (CCR); (3/00) 252.212-7001, Contract terms and conditions required to implement statutes or Executive Orders applicable to Defense acquisitions of Commercial Items (12/00) selecting the following sub-clauses; 252.225-7036. To view the provisions and clauses in full text, visit the web site (http://farsite.hill.af.mil). Vendors must be approved and registered in Central Contractor Registration (www.ccr.gov) before award can be made. The quote format is at the discretion of the offeror. All responses must be received no later than 4:00 P.M., Central Standard Time on 19 November 2003. Send all quotations and requests for the Performance Work Statement (PWS) to Kathy Corbin, 102 West D. Avenue, Suite 229, Eglin AFB, FL 32542-6807, 850-882-3416 extension 3252, or by facsimile to 850-882-2533, or E-mail kathy.corbin@eglin.af.mil; or Ms. Mary H. Badger, Contracting Officer at extension 2164 or e-mail: mary.badger@eglin.af.mil. For further information on this synopsis concerning technical questions, contact Mr. Duane Strickland at extension 3018 or e-mail: duane.strickland@eglin.af.mil.
 
Place of Performance
Address: AAC/YHK, 102 West D Avenue, Suite 229, Eglin AFB, FL
Zip Code: 32542-6808
Country: USA
 
Record
SN00467720-W 20031112/031110211736 (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.