Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2010 FBO #3035
SOURCES SOUGHT

R -- Engineering Services - Draft Work Performance Statement

Notice Date
3/15/2010
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
FA8523-10-R-20154
 
Archive Date
4/14/2010
 
Point of Contact
Rex S. Shearin, Phone: 4782226903, John I Glenn Jr., Phone: (478) 926-7001
 
E-Mail Address
rex.shearin@robins.af.mil, John.Glenn@robins.af.mil
(rex.shearin@robins.af.mil, John.Glenn@robins.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft of the Performance Based Work Statement Specialized Engineering Services Support for AN/USM-464A Countermeasures Test Set CAUTION: This market survey is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for advisory and assistance service for the AN/USM-464A Tester used to test military aircraft countermeasures capabilities. As a minimum, the contractor employees shall possess at least a SECRET security clearance. All work products shall be classified IAW the applicable DD Form 254. Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey. INSTRUCTIONS: 1. Below is a document containing a description of AN/464A Tester and a Contractor Capability Survey, which allows you to provide your company's capability. 2. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) 3. Both large and small businesses are encouraged to participate in this Market Research. 4. Questions relative to this market survey should be addressed to Rex Shearin, 478-222-6903.   REQUIREMENTS DESCRIPTION AN/USM-464A Countermeasures Test Set PURPOSE/DESCRIPTION We are conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet the requirements for testing the AN/ALQ-172, A/ALQ-155, AN/ALQ-122, AN/ALQ-196, and AN/ALR-69EW systems and supporting sustainment of the Test Program Software for those systems using the AN/USM-464A Countermeasures Test Set (CTS). This level of effort will include software block cycle updates, software problem report (SPR) correction design, SPR correction coding, system under test (SUT) test program sets (TPS) SPR investigations, software integration testing, software regression testing, test program interface hardware (TPIH) support, etc. This is a performance based acquisition. (See Draft Performance Work Statement attached.) Our acquisition strategy is a five-year contract (basic plus four years). The contractor shall provide technical support for the AN/USM-464A Tester Test Program Set (TSP) software sustainment process.   CONTRACTOR CAPABILITY SURVEY AN/USM-464A Countermeasures Test Set Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: • Company/Institute Name: • Address: • Point of Contact: • CAGE Code: • Phone Number: • E-mail Address: • Web Page URL: • Size of business pursuant to North American Industry Classification System (NAICS) Code: 541330 Based on the above NAICS Code, state whether your company is: • Small Business (Yes / No) • Woman Owned Small Business (Yes / No) • Small Disadvantaged Business (Yes / No) • 8(a) Certified (Yes / No) • HUBZone Certified (Yes / No) • Veteran Owned Small Business (Yes / No) • Service Disabled Veteran Small Business (Yes / No) • Central Contractor Registration (CCR) (Yes / No) • A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). All responses must be received no later than close of business Tuesday, 30 March 2010. You may either mail or email your responses, however, email is the preferred method. Please send one copy of your response to: rex.shearin@robins.af.mil. If you mail your response, please send it to: 542CBSG/PKT Attn: Rex S. Shearin 460 Richard Ray Blvd, Ste 200 Robins AFB GA 31098-1813 Questions relative to this market research should be addressed to Rex Shearin, 478-222-6903.   Part II. Capability Survey Questions General Capability Questions: Describe briefly the capabilities of your facility and the nature of the services you provide. Include a description of your staff composition and management structure. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). Are there specific requirements in the documentation that we provide that would currently preclude your services from being a viable solution to our requirement? Engineering Services Questions: Is your company's software development processes certified to the Carnegie Mellon Capability Maturity Model? If so what level of certification have you achieved and what is the date of your certification. Describe your capabilities and experience in managing software development projects, including subcontractor involvement. Include any experience in project planning, work breakdown structures, resource allocations, schedule tracking, risk analysis and cost management. Describe your company's experience and capabilities in developing and sustaining system level test programs targeted toward the Organizational-Level maintenance tier. Briefly identify the systems supported, the test set(s) involved and your level of efforts in regards to supporting those test programs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8523-10-R-20154/listing.html)
 
Place of Performance
Address: 542 CBSG/GBEBB, Robins AFB, Georgia, 31028, United States
Zip Code: 31028
 
Record
SN02092146-W 20100317/100315234526-11a1610d07361da62ff7a17c7f41d613 (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.