Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2009 FBO #2614
SOURCES SOUGHT

A -- Engineering and Management Analytical Services (EMAS)

Notice Date
1/20/2009
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
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-EMAS
 
Archive Date
2/19/2009
 
Point of Contact
Patricia K Bosinger,, Phone: 321-494-0998, Luis F Chaves,, Phone: DSN: 854-9947
 
E-Mail Address
pat.bosinger@patrick.af.mil, luis.chaves@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. The anticipated contract will provide expert technical services to the Air Force Technical Applications Center (AFTAC) in conducting a variety of projects with mixed Operations and Maintenance (O&M), Research and Development (R&D), and limited procurement funding. These supported projects are designed to advance DoD technical capabilities in nuclear treaty monitoring, R&D of advanced detection technologies to support the counter-proliferation of weapons of mass destruction (WMD), and other applied technologies. A portion of the effort will enhance national capabilities to detect, locate, identify, assess, and report in near-real-time all atmospheric and space nuclear detonations (NUDETs) in coordination with other government agencies. Other thrust areas include multi-phenomena sensing R&D to further air, ground, and space sensor capabilities across the electromagnetic spectrum. In order to effectively meet the program requirements, the contractor must have an experienced staff of engineering and management professionals in defined areas of interest, including basic sensor systems technology; system engineering; test and evaluation, to include field testing in austere locations; data processing and reduction; programming and financial management processes; manufacturing technology and quality; logistics planning, deployment, and support; and acquisition management. Broad familiarity with sensor systems and technologies across the electromagnetic/optical spectrum is desired. Experience with AFTAC's Nuclear Detonation Detection System and familiarity with applicable national agencies and Department of Energy National Laboratories in relevant sensor system R&D and software development is also desired. Personnel must have clearances to support classified work at a level commensurate with the requirements, up to and including TS/SCI. Responders are advised that prospective offerors will be required to hold a current Top Secret facilities clearance or propose their plan to obtain one. Due to the security requirements of the work location, no work can be performed until appropriate facility and personnel clearances are obtained. 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 $4.5M and North American Industry Classification System (NAICS) code 541330, Engineering Services. Sources with 8(a) status or otherwise classified as a small disadvantaged business should address their status in their responses. An indefinite delivery, indefinite quantity (IDIQ) task order type contract is contemplated with a 5-year contract period. 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. The contractor will be required to establish Associate Contractor Agreements (ACA) 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 Ms. Pat Bosinger, Contracting Officer, 45 CONS/LGCCA, 1030 South Highway A1A, MS1000, Patrick AFB, FL 32925, e-mail: pat.bosinger@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 4 FEBRUARY 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=06affe5d4279f3cd0631e4e4ad685c17&tab=core&_cview=1)
 
Place of Performance
Address: AFTAC/TH, 1030 Highway A1A, Patrick AFB, Florida, 32925-3002, United States
Zip Code: 32925-3002
 
Record
SN01734887-W 20090122/090121063105-06affe5d4279f3cd0631e4e4ad685c17 (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.