Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2008 FBO #2370
SOLICITATION NOTICE

R -- Sustainment Systems Engineering and Acquisition Management Services

Notice Date
5/21/2008
 
Notice Type
Cancellation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, VIRGINIA CONTRACTING ACTIVITY, 1030 S HIGHWAY A1A BLDG 989 MS-1000, Patrick AFB, Florida, 32925-3002
 
ZIP Code
32925-3002
 
Solicitation Number
SSEAMS
 
Point of Contact
Charlotte G Luisi,, Phone: 321-494-4556
 
E-Mail Address
charlotte.luisi@patrick.af.mil
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Sustainment Systems Engineering & Acquisition Management Services (SSEAMS) The Air Force Technical Applications Center (AFTAC) Directorate of Nuclear Treaty Monitoring (TT) has a requirement for Sustainment Systems Engineering and Acquisition Management Services (SSEAMS) to support the subsurface mission area. This effort supports AFTAC in the following three areas: (1) performing research, developing studies and analyses, (2) conducting testing, and (3) providing engineering services related to all aspects of acquisition, maintenance, and sustainment for existing and new sensor systems and for the headquarters data acquisition and processing system. Description SSEAMS is an Advisory and Assistance Services (A&AS) contract, providing both Operation and Maintenance (O&M) and Research and Development (R&D). The contractor must be able to effectively and efficiently perform technical studies and analyses to support treaty monitoring strategies. This includes but is not limited to engineering support to field installations, support to field troubleshooting, system analysis of near real-time seismic array processing systems, geophysical data analysis support for research projects and, engineering and general systems support to all phases of the United States National Data Center (USNDC) lifecycle. Performance is on site in Bldg 989, Patrick AFB, Florida. Contractor personnel may also be required to travel to seismic stations on an as needed basis. In order to successfully perform the required services, the contractor must be able to meet the following requirements: a. Projected tasks require a diversified mix of professionals in defined areas of interest. Experience in dealing with high-level political/military contacts in the international and national arena. b. Experience in negotiating bilateral agreements necessary to meet US requirements. c. Experience with AFTAC's unique seismic software. d. System experience with SUN, Solaris, UNIX workstations and servers. e. Working knowledge of the USNDC to include hardware and software requirements, research and operational elements. f. Data management experience in handling and managing seismic data. g. Personnel clearance to support classified work must be at a level commensurate with the requirements - Contractor personnel will require DoD security clearances at the TOP SECRET/SCI level for key personnel. Handling of material up to TOP SECRET/SCI is required. TOP SECRET Facility Clearance is required. Storage Clearances of at least SECRET level at the contractor's facility are required. US Citizenship is required. All personnel supporting classified work in Bldg 989, Patrick AFB, Florida must possess a Secret Clearance on day one of contract performance; Contractor must have appropriate facility access; Visitor Group Security Agreement is required. To be competitive the contractor shall demonstrate both the ability to meet the requirements above and an in-depth understanding of the same requirements. The contractor must have the knowledge to adapt and transition AFTAC to current technology, and obtain certification reporting for the Provisional Technical Secretariat, International Monitoring System. Experience and past performance are critical to a successful and uninterrupted AFTAC/TT mission; therefore, a history of relevant work is required. Capabilities Package This sources-sought synopsis is an invitation for all qualified sources that contemplate submitting a proposal under a future RFP for this requirement to identify themselves. Sources should submit a brief capabilities statement in response to this notice. Responses must be limited to no more than 15 pages and should address the following specific areas: 1. The clearance level of personnel working on the proposed contract. 2. The capabilities of key personnel relating to the requirements outlined above. Resumes may be included but shall be counted as part of the above page limit. 3. Recent and Relevant company experience and capabilities related to the requirements outlined above. 4. Business size/status. The government intends to make a single award to a technically responsive contractor with a trade off between past performance and price. A Time and Materials contract is contemplated with a 1-year base period and 9 one-year options (1 Oct 2009 - 30 Sep 2019). This sources sought is for planning purposes only and does not commit the Government to pay for information requested, issue a solicitation, or award a contract. Applicable NAICS is 541690, size $6.5M. The solicitation may be issued electronically on or about 1 May 2009 at www.fbo.gov. Anticipated award date will be on or around 30 Sep 2009. AFFARS 5352.201-9101, Ombudsman is applicable. RESPONSES ARE DUE NO LATER THAN 20 JUN 2008. Direct all questions regarding the Sources Sought to the attention of Charlotte Luisi, Contract Officer, Phone: (321) 494-4556, Fax (321) 494-5403, E-mail: charlotte.luisi@us.af.mil; or Lynn Corley, Section Chief, Global Support Flight, LGCCA, Phone: (321) 494-5206, Fax: (321) 494-5403, E-mail: iris.corley@patrick.af.mil Responses may also be mailed to 45 CONS/LGCCA, ATTN: Charlotte Luisi, 1030 South Highway A1A, MS 1000, Patrick AFB, Florida 32925-3002.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=38cfca97756077db6dd9ed6010a79491&tab=core&_cview=1)
 
Place of Performance
Address: Air Force Technical Applications Center (AFTAC), 1030 S. Highway A1A, Bldg. 989, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN01578099-W 20080523/080521220143-36ddf05b9b4757f09bac479e5895fdf1 (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.