Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2006 FBO #1648
SOURCES SOUGHT

A -- Systems Engineering and Evaluations, System Analysis Worldwide 4 (SEESAW 4)

Notice Date
5/30/2006
 
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 - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8750-06-R-0044
 
Description
Point of Contact: Janis Norelli, Small Business Specialist, Phone 315-330-3311, FAX 315-330-2784, Email Janis.Norelli@rl.af.mil. Capable sources are sought to focus on enabling the Air Force mission to maintain and improve DoD Intelligence capabilities. The objective of this effort is to provide Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance (C4ISR) engineering to the Department of Defense Intelligence Information System (DODIIS) and the U.S. Intelligence Community worldwide. The approach is to provide studies, analyses, designs, development, recommendations, enhancements, integration management, configuration management, testing and evaluation of existing and new systems, and their transition into the operational environment, and system and network administration/operation. In the course of performance, personnel will interface with various agencies at various DODIIS and U.S. C4ISR Community sites worldwide through both visits and electronic means. Personnel will also provide technical expertise to AFRL/IFE to assist in the analysis, design, development, integration, testing, and evaluation of DODIIS Information Technology (IT) and to U.S. C4ISR Community activities. An indefinite-delivery, indefinite-quantity cost-plus-fixed-fee (completion) type contract is contemplated with an ordering period of 36 months. The maximum contemplated ordering amount is anticipated to be approximately $49,999,000.00. A technical library relating to this Acquisition is prepared and will be distributed via CD to offerors who have submitted the appropriate documentation. Prior to access being granted, respondents must submit a copy of an approved DD Form 2345, Militarily Critical Technical Data Agreement (Mar 2005), (may be obtained at http://www.dlis.dla.mil/forms/forms.asp), along with a letter from the Data Custodian designated on that form, authorizing access by whomever will be reviewing the library. Any questions relating to the technical library should be communicated to Mr. Melvin G. Manor Jr., 315-330-3304, Melvin.Manor@rl.af.mil. Foreign participation is excluded at the prime contractor and the subcontractor level. The prime contractor and their subcontractors for this contract must have Top Secret SCI security clearances. Approximately 124 (61 ? Rome NY, 35 ? Washington DC, 28 ? Langley AFB VA) personnel with Top Secret SCI clearances will be required for performance. 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 System (NAICS) code for this acquisition is 541710 and the size standard for small business is 500 employees. Responses 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. 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 from other Government and commercial sources. 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) Will you need to hire additional personnel to perform this effort? (4) Is your company's cost accounting system approved by DCAA or DCMC? If not, how would your company financially administer a cost-reimbursement type contract? (5) 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 should this effort not be selected as a small business set-aside. All qualification packages must be addressed to the attention of Janis Norelli, Small Business Specialist, AFRL/IFB, at Janis.Norelli@rl.af.mil, or the address referenced at the beginning of this notice, and must be received by 4:00 P.M., EST, on 09 JUN 2006. Responses must reference the solicitation number, and contain the respondent's Commercial and Government Entity (CAGE) code, email address, mailing address and FAX number. While the Small Business Specialist, Janis Norelli, is the focal point for receipt of the statements of capabilities, technical questions should be directed to the Laboratory Program Manager, Melvin G. Manor, Jr. at 315-330-3304, e-mail: Melvin.Manor@rl.af.mil. Contractual questions should be directed to the Contract Specialist at 315-330-1610, e-mail Michael.Graniero@rl.af.mil.
 
Record
SN01059017-W 20060601/060530220431 (fbodaily.com)
 
Source
FedBizOpps 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.