Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2009 FBO #2676
SOURCES SOUGHT

A -- Space Control Effects Modeling & Assessment (SCHEMA)

Notice Date
3/23/2009
 
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, AFRL - Directed Energy Directorate, 2251 Maxwell Ave, Kirtland AFB, New Mexico, 87117
 
ZIP Code
87117
 
Solicitation Number
FA9451-09-R-0003
 
Point of Contact
Deborah A McGrath,, Phone: 505-853-4338
 
E-Mail Address
deb.mcgrath@kirtland.af.mil
 
Small Business Set-Aside
N/A
 
Description
Air Force Research Laboratory's (AFRL's) mission is leading the discovery, development and integration of affordable war fighting technologies for America's aerospace forces. It is a full-spectrum laboratory, responsible for planning and executing the Air Force's science and technology program. AFRL leads a worldwide government, industry and academia partnership in the discovery, development and delivery of a wide range of revolutionary technology. The laboratory provides leading-edge war fighting capabilities keeping our air, space and cyberspace forces the world's best. Research and development sources are sought for AFRL's Directed Energy (RD) Directorate's Satellite Assessment Center (SatAC). SatAC is the Air Force-chartered organization that evaluates directed energy effects on aerospace systems and performs assessments of aerospace system susceptibilities to directed energy sources and other effects (e.g. cyber) for the Department of Defense (DoD) (reference DoD Instruction 3100.11). To accomplish its mission, SatAC develops tools for aerospace systems technical analyses. Aerospace systems are defined to include satellites, missiles (tactical and ballistic), and the respective supporting architectures. Other tools may be required to perform non-traditional analyses. SatAC is interested in augmenting its technical and engineering expertise in the following major areas: (A) gathering / analyzing / modeling information; (B) system assessments; (C) computer science support. The work will be performed on site at the Air Force Research Laboratory, Kirtland AFB, NM, at contractors' facilities, and at third party facilities. Descriptions of each of these major areas are as follow: (A) Gathering / analyzing / modeling information includes obtaining, analyzing, and using information to develop detailed system structural, functional and architectural models. (B) Aerospace system assessments are physics-based and include interactions with space weather, laser, radio frequency, high-power microwave, other directed energy and/or non-traditional sources. Assessments include vulnerability analysis, astrodynamics, and other relevant aspects of system-level, to include network analyses. (C) Computer science support encompasses development and use of software and databases to support system modeling, system assessment, assessment methodology automation, smart data fusion techniques and methods as applied to Space Situational Awareness (SSA), databases (multi-tier and relational), artificial intelligence, information extraction and automated tools/graphical user interfaces (GUIs) delivered to operational DoD customers. A primary objective of the overall effort is the integration of all these areas to enhance SatAC's capabilities in carrying out research programs, such as Space Situational Awareness (SSA), which support DoD information dominance requirements for space. An indefinite-delivery, indefinite-quantity (IDIQ) contract, with cost-plus-fixed-fee (CPFF) term form task orders is contemplated with a five year task-ordering period. The anticipated maximum ordering value is $91M. Small businesses having the capability to perform this work are invited to submit a statement of capability (SOC) in order for the Government to determine whether the acquisition should be set aside for small businesses. Based on the results of the SOC evaluation, the Government reserves the right to set aside this requirement for small businesses. Offerors shall indicate whether they are/are not a small business, a small disadvantaged business, 8(a), hub-zone certified, woman-owned, or Historically Black College or University. The SOC shall contain pertinent and specific information addressing the following areas: (1) Expertise in state-of-the-art satellite design (ISR, communication, navigation, and weather). (2) Independent research and development programs conducted within the last three years in the technical areas being solicited and a description of significant results of such projects. (3) Experience with supporting operational military/defense communities. (4) Experience with the international space industry. (5) Demonstration of ability to conduct experiments in laboratory and field environments and a description of other areas of experience in the performance of experiments. (6) Demonstration of knowledge and understanding of all aspects of the physics, engineering, operation, and function of DoD imaging sensors, such as the AFRL Starfire Optical Range (SOR), and the exploitation of their respective data types. (7) Experience with industry standard software codes and tools (for example, C++, FORTRAN, html/xml, ORACLE) (8) Experience working with, and interacting within, the DOD space control (Space Situational Awareness [SSA] and Defensive Counter Space [DCS]), cyberspace and intelligence communities (9) Experience and ability in managing research resources to ensure that technical efforts are completed on schedule, within cost, and capable of supporting sporadic, quick turnaround efforts, and surge capability in support of short-notice, multi-million dollar projects. (10) Demonstration of ability to develop new technical expertise in response to new space control assessment mission areas. Interested small businesses are requested to submit a statement of capability (original plus two copies) within 15 calendar days of this announcement, substantiating each qualification described in (1) through (10) to AFRL/RDKP, Attn: Deb McGrath, 2251 Maxwell Avenue SE, Kirtland AFB NM, 87117-5773. Any responses received not addressing all of the above requirements will be rejected. The capability statements shall be limited to 20 pages, not to exceed two pages per area, single spaced, 12-point font, Times New Roman. If required to communicate contractor capabilities, TOP SECRET information will be accepted. Please contact Capt. David Kinton, at (505) 846-3321, to arrange for delivery of any classified material. However, whenever possible, submitted information will be unclassified. Offerors should be aware that the majority of work must be done in a Top Secret environment. A statement must be included by prospective offerors as to the ability to obtain, within 30 days of contract award, an industrial security clearance, and the personnel and storage facilities available to support work at the Top Secret level. Potential offerors responding to this sources sought synopsis must indicate whether they qualify as a small business under NAICS Code 541712 with a size standard of 500 employees. An Organizational Conflict of Interest (OCI) clause is anticipated in any resultant contract. Reference AFMC FAR Clause 5352.209-9002, "Organizational Conflict of Interest" (Jul 1997). This is not a Request for Proposals (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Any costs incurred as a result of this announcement shall be borne by the offeror and will not be charged to the Government for reimbursement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d44f6ec255c7ba78155fb355a51af1ef&tab=core&_cview=1)
 
Place of Performance
Address: Kirtland AFB, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN01775238-W 20090325/090323215159-d44f6ec255c7ba78155fb355a51af1ef (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.