Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2006 FBO #1819
SOLICITATION NOTICE

R -- Munitions Effectiveness and Target Vulnerability Analysis

Notice Date
9/28/2006
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
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
Reference-Number-METVA2007
 
Response Due
10/31/2006
 
Point of Contact
Daniel Burk, Contract Specialist, Phone (850)882-0184, Fax (850)882-4561, - Stacey Hughes, Contracting Officer, Phone (850)882-0190, Fax (850)882-4561,
 
E-Mail Address
daniel.burk@eglin.af.mil, stacey.hughes@eglin.af.mil
 
Description
This acquisition is for the Eglin AFB Munitions Effectiveness and Target Vulnerability Analysis. The contractor will be required to perform the following types of tasks: independent weapons effectiveness analysis for conventional munitions, target vulnerability analysis (such as vulnerable area computations for targets and assessments of target damage from field tests of weapons), aircraft attrition analysis to determine the attrition rate of aircraft in various threat environments, weapons systems analysis, missile and gun effectiveness analysis, campaign/theater level analysis, analysis of alternatives (AoAs) in terms of weapons effectiveness analysis/aircraft survivability calculations/cost methodology development and use, special operations analysis, nonnuclear consumables annual analysis, and joint technical coordinating group for munitions effectiveness analysis. Also, development and documentation of computer models used in those analyses will be required including developments of computerized target models and associated failure mode analyses of targets. The products and services of the proposed contract are highly specialized. Support is of a highly technical nature. Interested sources who believe they can meet these requirements should provide a statement of capabilities that provides the following information related to their demonstrated experience and capabilities: (a) contract information and/or program information describing your experience in the past five years relative to the objectives and tasks identified above; (b) demonstrated capability in each of the following areas: conducting independent weapons effectiveness, target vulnerability, aircraft attrition, weapon systems analysis, missile and gun effectiveness analysis, campaign level analysis, special operations analysis, support for the Nonnuclear Consumables Annual Analysis (NCAA), Joint Technical Coordinating Group for Munitions Effectiveness (JTCG/ME), and analysis of alternatives (AoAs); (c) indicate your experience in the past five years in managing task order contracts that are comparable to the management requirements of a $5-15M effort with approximately 25-75 task orders. The Government will assess a firm's capabilities using the above criteria. A Cost Reimbursable/Cost Plus Fixed Fee contract is contemplated. The anticipated period of performance is five years. The proposed product/service code is 541710. The size standard is 1000 employees. Firms responding to this announcement should indicate their size in accordance with this standard. The Air Force reserves the right to consider a Small Business Set-Aside based on responses hereto. Ensure that the company name, address, a point of contact with e-mail address and telephone number, Federal CAGE Code, Data Universal Numbering System (DUNS) number, and business size are included in the capability package. Note: In accordance with FAR 52.219-14, Limitations on Subcontracting, a small business firm must be able to perform at least 50% of the total requirement within its own company. An Ombudsman has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or Contracting Officer, but communicates contractor concerns, issues, disagreements, and recommendations to appropriate Government personnel. When required, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Matters of a routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman, but rather to the POCs listed below. For any other concerns, interested parties may call the AAC Ombudsman, Col Joseph A. Lanni, at (850) 882-0662. For further information, contact the Contract Specialist, Mr. Daniel F. Burk, AAC/PKZB, 850-882-0184. This synopsis is for information and planning purposes only. It does not constitute an IFB or RFP, and is not to be construed as a commitment by the Government. No costs will be paid for any charges incurred in responding to this synopsis. Information submitted should be addressed to AAC/PKZB, Attn: Mr. Daniel F. Burk, 205 West D Ave., Suite 433, Eglin AFB, FL 32542-6864. See note(s) 13, and 25. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (28-SEP-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 17-NOV-2006, 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.fbo.gov/spg/USAF/AFMC/AAC/Reference-Number-METVA2007/listing.html)
 
Place of Performance
Address: Eglin AFB, FL
Zip Code: 32542-6864
Country: UNITED STATES
 
Record
SN01183575-F 20061119/061117223641 (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.