SOURCES SOUGHT
R -- Advisory and Assistance Services (A&AS) and Systems Engineering and Technical Assistance (SETA) for The Defense Advanced Research Projects Agency, Tactical Technology Office (DARPA/TTO)
- Notice Date
- 5/31/2005
- Notice Type
- Sources Sought
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL - Wright Research Site, Det 1 AFRL/PK Bldg 167, Area B, 2310 8th Street, Wright-Patterson AFB, OH, 45433-7801
- ZIP Code
- 45433-7801
- Solicitation Number
- Reference-Number-FA8650-05-R-7247-SourcesSought
- Response Due
- 6/15/2005
- Archive Date
- 7/15/2005
- Point of Contact
- Capt Ryaja Johnson, Contract Negotiator, Phone 937-255-0429, Fax null, - Susan Southers, Contracting Officer, Phone (937) 255-5255, Fax null,
- E-Mail Address
-
Ryaja.Johnson@wpafb.af.mil, Susan.Southers@wpafb.af.mil
- Description
- This is a Sources Sought Notice only. The amount of information available for publication at this time is limited. No solicitation is being issued at this time. For reference purposes, the solicitation, when issued, will be numbered FA8650-05-R-7247. The solicitation, when issued, will be a Request for Proposal (RFP). A best value source selection will likely be the method of contractor selection. The proposed contract is restricted to domestic sources under the authority of FAR 6.302-3. Accordingly, foreign sources, except Canadian sources, are not eligible for award. The Air Force Research Laboratory at Wright-Patterson Air Force Base (WPAFB), Ohio, seeks potential sources to perform Tactical Technology Insertions (a variety of non-personal Advisory and Assistance Services (A&AS) and Systems Engineering and Technical Assistance (SETA) services) in support of Tactical Technology Office, Defense Advanced Research Projects Agency (DARPA), Arlington, VA. The contractors shall identify and develop new programmatic opportunities; investigate technical feasibility and asses alternative technologies to meet war fighting deficiencies; provide interface coordination for efforts within the TTO functional mission areas; identify pathways for successful technology transfer; define system architectures and supporting subsystem performance requirements; and participate in proposal evaluation reviews. It is anticipated that the contract performance period will be five years. The contract type will be Cost Plus Fixed-Fee. The Government is contemplating award of a multiple award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract. The North American Industry Classification Systems (NAICS) Code is 541710. The small business size standard is 1,000 employees. The Government reserves the right to set aside this acquisition for small business. Additional information, as it becomes available, will be posted as amendments to this announcement. All amendments will be available for viewing on FedBizOps (FBO) at http://www.eps.gov. It is incumbent upon the interested parties to review the site frequently for any updates and amendments to any and all documents. All potential offerors are reminded, in accordance with Defense Federal Acquisition Regulations (DFARS) 252.204-7004, Required Central Contractor Registration, lack of registration in the Central Contractor Registration (CCR) will make an offeror ineligible for contract award. This Sources Sought Notice is also issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. All businesses capable of providing these services are invited to respond. Any information provided by industry to the Government as a result of this sources sought synopsis is voluntary. The Government will not pay for any information submitted in response to this sources sought synopsis. The government requests interested parties submit a brief description of their company's business size, business status (i.e., small business, disadvantaged, HUBzone, woman-owned), anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Include contract magnitude and points of contact for each example provided (name of the point of contact (POC), address, e-mail, telephone number, fax number, and the company's web page, if applicable). Please limit your response to not more than 10 single-sided pages. Each submission should include one electronic (virus scanned) copy sent via e-mail to the POCs listed under Original Point of Contact. Paper copies are optional. It is anticipated a Market Research Questionnaire will be posted to FBO with a future amendment to this announcement when more information becomes available. Submissions to this notice should be emailed to: Capt Ryaja Johnson at ryaja.johnson@wpafb.af.mil or Susan Southers at susan.southers@wpafb.af.mil. Or mailed to Det 1 AFRL/PKDB, 2310 8th Street, Bldg 167, Wright-Patterson AFB, OH, 45433. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (31-MAY-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 28-JUN-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFMC/AFRLWRS/Reference-Number-FA8650-05-R-7247-SourcesSought/listing.html)
- Place of Performance
- Address: DARPA TACTICAL TECHNOLOGY OFFICE, 3701 N FAIRFAX DR, ARLINGTON, VA
- Zip Code: 22203
- Country: USA
- Zip Code: 22203
- Record
- SN00838446-F 20050630/050628213245 (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 |