Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2008 FBO #2482
SOURCES SOUGHT

A -- AFSEO TECHNICAL SUPPORT (ATS) (FORMERLY AIRCRAFT COMPATIBILITY SCIENTIFIC AND ENGINEERING SUPPORT (ASCES))

Notice Date
9/10/2008
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
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, Florida, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
FA9200-09-R-0063
 
Archive Date
10/1/2009
 
Point of Contact
Patricia A Hicks,, Phone: (850)882-4141, Daniel F Burk,, Phone: (850)882-0168
 
E-Mail Address
patricia.hicks2@eglin.af.mil, daniel.burk@eglin.af.mil
 
Small Business Set-Aside
N/A
 
Description
AIR FORCE SEEK EAGLE OFFICE TECHNICAL SUPPORT AT EGLIN AFB FL. Sources are sought for Air Force Seek Eagle Office (AFSEO) technical support (ATS) (formerly known as Aircraft Compatibility Scientific and Engineering Support (ACSES)). The Air Armament Center's (AAC) 46th Test Wing is designated as the lead engineering and analysis organization for nuclear and non-nuclear technical support. As described in AFI 63-104, the United States Air Force (USAF) created the SEEK EAGLE program as the Air Force standard process for aircraft stores certification, and designated the AFSEO as the cognizant engineering agency. The mission of the AFSEO is to "Ensure new war-fighter capabilities through the application and transfer of aircraft-store compatibility expertise". Compatibility expertise includes providing manpower and engineering tools, data, rationale, and mission planning software applications necessary to safely load, carry, and employ legacy and developmental stores (weapons, tanks, pods, etc.). Currently, the majority of this expertise is focused on fleet aircraft with externally carried weapon systems. Future aircraft capabilities will include an expanded capability to carry weapon systems both internally and externally and will also incorporate unmanned and "smart" technologies. As these technologies mature and war-fighting capabilities increase, the number of potential weapon configurations on any given aircraft grows exponentially. Combined with legacy and upgraded legacy weapons, addressing aircraft-store compatibility issues becomes more of a concern because carriage and employment of these weapon systems can significantly reduce safe airspeeds and maneuvering capabilities requiring modified weapon delivery tactics. To understand the overall effects on aircraft performance and weapon employment characteristics, extensive modeling and simulation, test and analyses, both ground and flight, are required to assure safety-of-flight for the aircrew. Expert skills and technological developments are needed for future aircraft stores integration to provide maximum operational capability for all aircraft. The dynamic nature of the technical support program demands the availability of a workforce with flexibility and experience committed to accomplishing current tasks and also working toward the development of tools to meet tomorrow's challenges in aircraft and technical support. AFSEO must augment its organic highly technical workforce with contracted skills and expertise to support the full spectrum of the AFSEO missions. The anticipated skills and expertise required for this support consists primarily of professional engineers, mathematicians, project managers, technicians and software developers/programmers, but also includes administrative and functional support. The contractor shall provide technical support for specific tasks as assigned, in addition to ensuring adequate resources are dedicated to satisfy the requirements of the activities and tasks as assigned. The Contractor is required to obtain materials, equipment, and supplies as needed to complete the tasks. The contractor is responsible to maintain security clearances required to support the AFSEO mission up to and including Special Access Programs. The contractor may be required to travel within the Unites States and to international locations as mission requirements dictate. In support of the AFSEO missions, the contractor will perform functions in the following areas: (1) Customer Requirements Development; (2) Project Planning (includes Project Management and Compatibility Engineering and Analysis); (3) Ordnance Delivery Planning and Product (Methodology and Weapon Delivery Data) Development; (4) Technical Data/Configuration Management (Maintenance of Technical Data Libraries, Mass and Physical Properties Measurement, verified Store Technical and Mass Property (STAMP), and Technical Order Distribution); (5) Multi-Disciplinary Computational Technologies (includes Computer Aided Design and Stores Integration and Computational Fluid Dynamics (CFD)); (6) Enterprise Next-Generation Technology Program Support (High Performance Computing (HPC) Software Development, Software and Process Tool Development, and Software Processes); and (7) Organizational Support (includes Information Technology Computer Administration, Training, Capability Development and Continuous Process Improvement, Software Management and Subcontract Management/Teaming). 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 identifying your experience in the past three years relative to the objectives and functions identified above. (b) Demonstrated capability in each area in the functions identified above, if applicable. Information submitted by all interested parties should be pertinent and specific in the technical area under consideration, on each of the following qualifications: (1) Experience: An outline of previous projects, specific work previously performed or being performed and any in-house research and development effort; (2) Personnel: Name, professional qualifications and specific experience of scientist, engineers and technical personnel who may be assigned as a principal investigator and/or project officer; (3) Facilities: Availability and description of special facilities required to perform in the technical areas under consideration. A statement regarding industry security clearance. Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the information submitted. The packages will be reviewed to determine if interested sources are capable. A capability determination will be made with regard to each function listed above individually. If an interested source is determined to be capable of performing at least 50% of the requirements in-house and managing subcontracts or teaming arrangements for the remainder, that source will be determined capable of performing the contract requirements. Organizations which provide information which does not demonstrate their capabilities specifically associated with the functions identified above may be evaluated as not being capable of performing the required services. It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. The resulting evaluation of all organizations providing capabilities packages will be considered in determining the acquisition strategy, specifically in determining for which (if any) small-business concerns this acquisition will be set-aside in accordance with FAR 19.5. The contract type anticipated by the Government is to be determined (TBD). The anticipated period of performance is five years. The proposed North American Industry Classification System (NAICS) code for this acquisition is 541712, with a small business standard size of 1500 employees. In the response, interested sources should identify company name, point of contact, e-mail address, telephone, Federal CAGE Code, Data Universal Numbering System (DUNS) number, facsimile numbers, and type and business size indicating whether you are a small or large business for the purposes of the assigned NAICS. Limit your response to this market survey to a maximum of thirty (30) pages to be received NLT 2:00 PM., Central Standard Time on 10 October 2008. Submission can be e-mailed to patricia.hicks2@eglin.af.mil. 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 by employees within its own company. Small business teaming is encouraged. An Ombudsman has been appointed to address the concerns of offerors or potential offerors. The Ombudsman does not diminish the authority of the Program Manager or Contracting Officer, but communicates Contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. Matters of routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman, but rather to the Contracting points of contact identified below. When requested, 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. The Ombudsman is Colonel Arnold Bunch, AAC/CV, 101 West D Avenue, Suite 116, Eglin AFB, FL 32542-5495; his phone number is (850) 882-5422. Collect Calls will not be accepted. For further information concerning technical aspects, contact the Program Manager, Ms. Shirley Price. For contractual information contact Ms. Patricia Hicks. This sources sought 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 via mail should be addressed to AAC/PKES, Attn: Ms. Patricia Hicks, 205 West D Ave., Suite 433, Eglin AFB, FL 32542-6864. Note: 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. Points of Contact: Shirley Price, Program Manager, Phone: (850) 882-0933, Email: shirley.price@eglin.af.mil. Patricia Hicks, Contract Specialist, Phone: (850) 882-4141, Fax: (850) 882-4561, Email: patricia.hicks2@eglin.af.mil. Daniel Burk, Contracting Officer, Phone: (850) 882-0168, Fax: (850) 882-4561, Email: daniel.burk@eglin.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2f59c9db6be5992b3765a2d699e467be&tab=core&_cview=1)
 
Place of Performance
Address: Eglin AFB, FL and Contractor Facility, United States
 
Record
SN01665926-W 20080912/080910221914-2f59c9db6be5992b3765a2d699e467be (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.