Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2004 FBO #0845
MODIFICATION

A -- AFRL/IFEBB DISASTER RECOVERY IMPLEMENTATION PROGRAM FOR AF

Notice Date
3/18/2004
 
Notice Type
Modification
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8750-04-R-0060
 
Response Due
4/1/2004
 
Point of Contact
Gail Person, Contract Specialist, Phone (315) 330-7699, Fax (315) 330-7790,
 
E-Mail Address
persong@rl.af.mil
 
Description
Department of the Air Force, Air Force Material Command, AFRL ? Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY 13441-4514. Point of Contact: Janis Norelli, Small Business Specialist, Phone 315 330-3311, FAX 315 330-2784, E-Mail Janis.Norelli@rlk.af.mil. Re-Opened: All small businesses who did not previously respond to this announcement and can perform 51% of this effort are strongly encouraged to provide a capability package. Capable sources are sought to satisfy requirements for Air Force Disaster Recovery Systems at operational commands? DoD Intelligence Community sites for the General Defense Intelligence Program (GDIP). This program will permit disaster recovery plans to be implemented at each command encompassing processes and procedures that address system design, development, integration, testing and evaluation for the purposes of remote (nominal 100+ miles) replication of digital mission critical and mission essential GDIP funded data, servers and applications to prevent their loss should a disaster occur. Site requirements will be analyzed through systems analysis and tradeoff studies, architecture analysis and design, and system feasibility/impact studies to evaluate candidate subsystems for inclusion in customized Disaster Recovery (DR) Systems augmenting existing infrastructures. System Architectures for specific sites will be developed, including proposed hardware and software, adapted to the sites? unique architectures. Site visits will be made, as necessary, to conduct surveys of site requirements, existing infrastructure and plans. Detailed implementation plans will be developed to document approved configurations and design and to guide the implementation, installation, initial data load, test and initial operating capability for each site. Assistance will be provided to the sites for security accreditation purposes following certification testing. An Indefinite-Delivery, Indefinite-Quantity (I.D.I.Q,) Cost Plus Fixed Fee (CPFF) - Completion type contract is contemplated with an ordering period of forty-eight (48) months. The maximum contemplated ordering amount is $48,000,000.00. The prime contractor, system integrators, and subcontractors for this contract must have Top Secret SCI security clearances. Responses to this sources sought are requested from small businesses and will be used for market research purposes and possible set-aside. Should the determination be made to select this as a small business set-aside, another notice will be posted reflecting such. The North American Industry Classification Systems (NAICS) code for this acquisition is 541710 and the size standard for small business is 500 employees. Respondents to this announcement should indicate whether they are a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, women-owned small business, or historically black college or university (HBCU) or minority institution (MI) (as defined by the clause at DFARS 252.226-7000). As discussed at FAR 19.502-2(b)(1) and (2), in making R&D small business set-asides, there must be a reasonable expectation that offers will be obtained from at least two responsible small business concerns and also a reasonable expectation of obtaining the best scientific and technological sources consistent with the demands of the proposed acquisition for the best mix of cost, performances, and schedules. The same considerations would apply to any HBCU/MI set-aside. Therefore, respondents should provide a statement of capabilities and information demonstrating management and technical experience on similar acquisitions and resources necessary to successfully compete for this award. See Numbered Note 25. This information will assist the Air Force in making a set-aside decision. Provide information on at least three (3) contracts for similar work within the past five (5) years. Include complete references, contract titles, dollar values, points of contact and telephone numbers. The Government will evaluate relevant experience information based on (1) information provided by the Offeror, (2) information obtained from the references provided by the respondent, and/or (3) data independently obtained form other Government and commercial sources. Respondents must demonstrate knowledge/expertise in the following areas: Understanding of Continuity of Operations Concepts (COOP); implementation of configuration and control management to maintain COTS hardware and software from shelf to end-user. Performance of operational analytical studies; Concept of Operations (CONOPS) analysis; development of software/hardware specification; software/hardware integration management and maintenance; feasibility of systems, feasibility of communications, system trade-off studies, tests and validation, software and hardware trade-offs, including system simulations, development of project plans, specification evolution, and documentation upgrades; operation design and risk and program management. In addition to the statement of capabilities, please provide answers to the following questions: (1) Does your company intend to submit a proposal in response to the upcoming solicitation as a prime contractor? (2) How many people does your company employ? (3) How many TS/SCI cleared personnel are currently available? (4) Will you need to hire additional personnel to perform this effort? (5) Is your company's cost accounting system approved by the DCAA or DCMC? If not, how would your company financially administer a cost-reimbursement type contract? (6) Are there any other factors concerning your company's ability to perform the upcoming effort that the Air Force should consider? Respondents are requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Large businesses are also encouraged to submit e-mails of intent to the Contract Specialist should this effort not be selected as a small business set-aside. A technical read library relating to the subject area of this acquisition is available for review by potential offerors. Access may be gained by contacting the Program Manager, James Sieffert, at (315) 330-2344. The library contains sensitive technical data, therefore, prior to access being granted, respondents must submit a copy of an approved DD Form 2345, "Militarily Critical Technical Data Agreement," which certifies the respondent is on the Certified Contractor Access List (CCAL), along with a letter from the Data Custodian designated on that form, authorizing access by whomever will be reviewing the library, to the Program Manager, James Sieffert, at Air Force Research Laboratory/IFEBB, 32 Brooks Road, Rome, New York 13441-4114, or fax to his attention at (315) 330-7644. For further information on CCAL, contact the Defense Logistics Information Service at 1-877-352-2255 or on the web at http://www.dlis.dla.mil/jcp/. The draft Request for Proposal is expected to be posted for review and comment by potential offerors during the 2nd quarter of the Government Fiscal Year 2004. Refer to http://www.if.afrl.af.mil/div/IFK/afbop/ifkr_ research_templ.html for any milestone updates. When it is issued, the entire solicitation will be issued on the Federal Business Opportunities (FedBizOpps) website at http://www.fedbizopps.gov. All prospective offerors are responsible for monitoring this site for the release of all other information pertaining to this solicitation. Technical questions should be directed to the Program Manager via e-mail to james.sieffert@rl.af.mil or by phone at (315) 330-2344. Contractual questions should be directed to the Contract Specialist, Gail A Person, via email to gail.person@rl.af.mil or by phone at (315) 330-7699. The Small Business Specialist, Janis Norelli, is the focal point for receipt of the statements of capabilities. All qualification packages must be addressed to the attention of Janis Norelli, AFRL/IFB at the address referenced at the beginning of this notice, and must be received by 4:00 P.M., EST, on 1 Apr 2004. Responses must reference the solicitation number, and contain the respondent?s Commercial and Government Entity (CAGE) code, e-mail address, mailing address, and FAX number.
 
Record
SN00549633-W 20040320/040318213702 (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.