Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2009 FBO #2891
MODIFICATION

B -- AFMACC Enhancements

Notice Date
10/22/2009
 
Notice Type
Modification/Amendment
 
NAICS
541620 — Environmental Consulting 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-T-0108
 
Archive Date
11/6/2009
 
Point of Contact
Karen Hayes, Phone: 3214946298, Leshan R. Gardner, Phone: 321-494-5189
 
E-Mail Address
karen.hayes@patrick.af.mil, leshan.gardner@patrick.af.mil
(karen.hayes@patrick.af.mil, leshan.gardner@patrick.af.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: This is a Sources Sought synopsis for a competitive services acquisition (Reference FAR Part 37) as required by FAR Part 5.2. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. VENDORS SHOULD NOT SUBMIT FORMAL PROPOSALS UNTIL A FORMAL REQUEST FOR PROPSAL IS POSTED TO THIS WEBSITE. This requirement is considered non-commercial in nature and any resultant contract will be awarded in accordance with FAR Part 15. The 45th Contracting Squadron is issuing this Sources Sought Notice for the O&M support of AFTAC Modeling and Analysis Command Center (AFMACC) services for the Air Force Technical Applications Center (AFTAC). This Sources Sought Synopsis announcement market survey is for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. Performance will be conducted at Contractor's facility. This request for information is to gain knowledge of interest, capabilities, and qualifications of various companies to provide support to their tool to obtain data for and setup and run a suite of models, run diagnostics on the model setups, analyze the model results, provide the capability to visualize the results, and publish to various media. In order to successfully perform the required services, the contractor must be able to demonstrate the capability to provide the following: 1. Oracle database usage; 2. Creation, diagnostics, and maintenance of multiple model submissions with results manipulation software tools; 3. Expert in latest technique for moving, gridding, and/or contouring large data files (~ multiple gigabytes) quickly, and for processing the spatial, temporal, and ensemble results properties according to government requirements; 4. Contractor personnel must have the appropriate technical skills to understand various types of models and their needs, workings, and results and show experience in relevant work within past three years. Past performance for relevant work completed in the past three years shall have been performed satisfactorily with no termination or default; 5. Security clearances (Secret) are required for this task. The clearance is required to provide a full understanding of the mission that the application development is required to support; 6. Maintain software and evaluation techniques; 7. Expertise in programming languages, networking and operating systems, perform software programming and implementation on a number of programming and computer platforms to include but not limited to Visual Basic, Linux Server and MS Windows Products and Platforms; 8. Expertise necessary to modify various models to improve model run-times; 9. Expertise in plotting software applications, such as Surfer8 and Google Earth; 10. Maintain and control the software configuration baseline; 11. Must be able to demonstrate clear and sound organizational and management methods; 12. Travel may be required as directed by the government to receive, training, guidance or attend government meeting to support the mission. The applicable NAICS code is 541620 and the size standard is $7M. The RFP will be available electronically on or about 15 Dec 09 on this website only. Fax, telephone, written or email requests for the solicitation package will not be honored. The anticipated award date will be on or around 31 Mar 2010. A firm-fixed price (FFP) contract is anticipated. The anticipated contract is for a base year plus four (4) option years. Potential contractors must be registered in the Central Contractor Registry to be eligible for award (see https://www.bpn.gov/ccr/default.aspx). It is mandatory to obtain a DUNS number prior to registering in CCR by calling Dun & Bradstreet @ 1-800-333-0505. All responsible firms may submit a proposal (after issuance of the RFP) and shall be considered for contract award. Award of this solicitation will be made utilizing the Price/Performance Trade-Off (PPT) Techniques whereas both past performance and price will be evaluated and award may be made to other than the lowest price. This synopsis does not constitute an IFB or RFP and is not to be construed as a commitment by the Government. The Government will not otherwise pay for any costs associated with providing information in response to this synopsis or any follow-up information requests. 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. If you are seriously considering submitting a proposal when a solicitation is released, please submit a Statement of Capabilities packet with brief information about your company and business size. The capabilities packages should be brief and concise, yet clearly demonstrates the ability to meet the stated requirements. Capabilities, facilities, experience or other available personnel as well as past performance on similar contracts should be included. The capabilities packet should be no longer than ten (10) pages including graphics, tables, or photographs. Please submit information electronically by 3 November 2009 to ATTN: Karen Hayes at karen.hayes@patrick.af.mil or by mail to Karen Hayes 45 CONS/LGCCB, 1030 South Highway A1A, MS 1000, Patrick AFB 32925. The anticipated start date is April 2010. NO PHONE CALLS WILL BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-09-T-0108/listing.html)
 
Record
SN01990892-W 20091024/091022235834-965d0aee770f9e7b8010912431ed0502 (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.