Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2008 FBO #2579
SOURCES SOUGHT

A -- Atmosphere and Space Program Follow-On

Notice Date
12/16/2008
 
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 Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-09-R-T5110FollowOn
 
Archive Date
1/15/2009
 
Point of Contact
Luis F Chaves,, Phone: 3214941667, Patricia K Bosinger,, Phone: 321-494-0998
 
E-Mail Address
luis.chaves@patrick.af.mil, pat.bosinger@patrick.af.mil
 
Small Business Set-Aside
N/A
 
Description
The 45th Space Wing issues this sources sought synopsis for information and planning purposes in support of the nuclear test ban treaty. This synopsis is not to be construed as a commitment by the government nor will the government pay for information solicited. This program requires Operations and Maintenance (O&M) and Research and Development (R&D) type tasks to provide AFTAC with a capability to detect, locate, identify, assess, and report in near-real-time all atmospheric and space nuclear detonations (NUDETs). This program requires the development and maintenance of both legacy and future versions of applications and utility programs on the Atmosphere and Space (A&S) Local Area Network (LAN) that support nuclear treaty monitoring requirements. The program requires the capability to integrate data into the A&S LAN database from a multitude of satellite/sensor/ground data processing systems. In order to effectively meet the program requirements, the contractor must have a specialized mix of professionals in defined areas of interest, have experience with AFTAC's Nuclear Detonation Detection System satellite sensors and ground processing software, have the capability to sustain operation of legacy systems (some of which are over 30 years old), and have personnel with clearances to support classified work at a level commensurate with the requirements. All sources capable of providing these services are being sought. In addition to the information provided below, responding parties must also indicate their size status in relation to the size standard of 500 employees and North American Industry Classification System (NAICS) code 541712. Sources with 8(a) status or otherwise classified as a small disadvantaged business should address their status in their responses. A cost type contract is contemplated with a 1-year basic contract period and four 1-year options. No technical or solicitation document exists at this time. All interested firms should submit a capabilities package that outlines the firm's capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. The contractor will be required to establish Associate Contractor Agreements (ACA), as appropriate, with contractors supporting other AFTAC efforts. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 10 pages. Phone calls will not be accepted. Point of contact is Mr. Luis Chaves, Contracting Officer, 45 CONS/LGCCA, 1030 South Highway A1A, MS1000, Patrick AFB, FL 32925, e-mail: luis.chaves@patrick.af.mil. AFFARS 5352.201-9101, Ombudsman is applicable. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, A7K, 150 Vandenberg St., Ste 1105, Peterson AFB, CO 80914-4350, 719-554-5250, FAX 719-554-5299, a7k.wf@afspc.af.mil. RESPONSES ARE DUE NO LATER THAN 31 DECEMBER 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e4b3d417fc7e2197ef6fd9829fc89336&tab=core&_cview=1)
 
Place of Performance
Address: 1030 South Highway A1A, Patrick AFB, Florida, 32940, United States
Zip Code: 32940
 
Record
SN01719671-W 20081218/081216215242-e4b3d417fc7e2197ef6fd9829fc89336 (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.