MODIFICATION
B -- Technical and Analytical Support Activities to Assist HQ ACC/DRZW with the JASSM Program
- Notice Date
- 8/4/2005
- Notice Type
- Modification
- NAICS
- 541330
— Engineering Services
- 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
- FA8682-06-C-0008
- Response Due
- 8/16/2005
- Archive Date
- 8/31/2005
- Point of Contact
- Wesley Treadway, Contract Specialist, Phone (850)882-4785 x 3028, Fax (850)882-3282, - Troyce Gunter, Contracting Officer, Phone (850)882-4785 ext. 3124, Fax (850)882-3282,
- E-Mail Address
-
wesley.treadway@eglin.af.mil, troy.gunter@eglin.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- The Air Armament Center, Air to Ground Wing, Long Range Missile Systems Group (A-G/LRMSG), Eglin AFB, Florida, intends to solicit and award a four (4) year Firm-Fixed Price sole source Advisory and Assistance Services (A&AS) contract under the authority of FAR 6.302-1 to SDS International, Inc., Arlington, VA, for systems analysis, to include technical and analytical program support of the Joint Air to Surface Standoff Missile (JASSM) weapon system and JASSM variants (i.e. JASSM Extended Range and JASSM Weapon Data Link). HQ ACC/DRZW, Langley, VA, requires technical and analytical program support to assist in its role of establishing, preparing, and submitting mission element need statements, operational technical acquisition and modification requirements documents, project orders, concepts of operations, C4ISR plans, and conducting the analytical studies in support of the JASSM acquisition. This technical and analytical support effort must provide total continuity in the scientific and analytical analysis of the system/subsystem, engineering designs, technical data, and test efforts for the JASSM program. 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 JASSM and JASSM variant 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 TOP SECRET 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, SDS International, Inc., is the only known qualified source that has the detailed knowledge necessary to perform this effort; however, all responsible sources may submit statements of capability (SOC) and resumes demonstrating their ability to provide Systems Analysis support for the JASSM system and JASSM variants. The proposed period of performance will consist of 2 Manyears per year of A&AS tasked level of effort for a one-year basic period, 1 October 2005 to 30 September 2006, and three one-year options, through 31 September 2009 consisting of: One (1) CLIN 0001 Technical and Analytical Support for ACC/DRZW; One (1) CLIN 0002 Travel. These services are to be performed at HQ ACC/DRZW, Langley, VA and delivered FOB Destination to Eglin AFB, Florida. Potential offerors must be approved and registered in Central Contractor Registration (www.ccr.gov) before award can be made. The SOC capability format is at the discretion of the offeror. All SOC responses must be received no later than 4:00 P.M., Central Standard Time on 16 August 2005. The announcement number is FA8682-06-C-0008. The North American Industry Classification System (NAICS) code for this acquisition is 541330, with a small business standard size of $23M. The proposed contract actions are for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. In accordance with FAR 5.203(a), interested persons may identify their interest and capability to respond to the requirement within the response date specified above in order to be considered by the Government. A determination by the Government as to whether or not to compete this proposed contract, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Numbered Note 1applies. Send all SOCs and requests for the Performance Work Statement (PWS) to Mr. Wesley Treadway, 102 West D. Avenue, Suite 168, Eglin AFB, FL 32542-6807, (850) 882-4785 Ext 3028, or by facsimile to 850-882-3282, or E-mail Wesley.treadway@eglin.af.mil or Mr. Troyce Gunter, Contracting Officer at (850) 882-4785 Ext 3124 or e-mail: troy.gunter@eglin.af.mil. For further information on this synopsis concerning technical questions, contact Mr. Michael Bata at (757) 764-7066 or e-mail: michael.bata@langley.af.mil.
- Place of Performance
- Address: HQ ACC/DRZW, Langley, VA
- Zip Code: 23665
- Country: USA
- Zip Code: 23665
- Record
- SN00862360-W 20050806/050804212136 (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 |