Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2010 FBO #3094
MODIFICATION

A -- AFTAC NDSAS Formerly Atmosphere & Space - Solicitation 1

Notice Date
5/13/2010
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, AF ISR Agency, AF ISR Agency/A7KC, 1030 S Hwy A1A (Bldg 989), Patrick Air Force Base, Florida, 32925-3002, United States
 
ZIP Code
32925-3002
 
Solicitation Number
FA7022-10-R-0022
 
Response Due
7/1/2010 4:30:00 PM
 
Archive Date
7/16/2010
 
Point of Contact
Craig S. Davis, Phone: 3214944556, Patricia K Bosinger, Phone: 321-494-0998
 
E-Mail Address
craig.davis@patrick.af.mil, pat.bosinger@patrick.af.mil
(craig.davis@patrick.af.mil, pat.bosinger@patrick.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Exhibit C - Past Performance Info Exhibit B - Past Performance Questionaire Exhibit A - CDRLs Attachment 5 - Historical Data Attachment 4 - DD254 Attachment 3 - PWS Appendix B Attachment 2 - PWS Appendix A Attachment 1 - PWS Request for Proposal (RFP) for AFTAC NDSAS THIS IS A REQUEST FOR PROPOSAL. INTERESTED VENDORS SHOULD SUBMIT FORMAL PROPOSALS BY THE DATE STATED BELOW. The Air Force Intelligence, Surveillance and Reconnaissance Agency (AF ISRA) has been tasked to solicit for and award a project for AFTAC Nuclear Detonation (NUDET) Detection System (NDS) Analysis System (ANDSAS). This requirement is considered noncommercial in nature and any resultant contract will be awarded in accordance with FAR Part 15. The scope of work is as follows: non-personal services to develop, update, and maintain legacy, current, and future versions of AFTAC NDSAS that support mission requirements to detect, identify, and locate atmospheric and space NUDETs in near-real-time, and secondarily, integrate Research and Development (R&D) applications developed by outside organizations that are logical extensions of AFTAC/TH requirements. These software capabilities support storage, retrieval and off-line analysis of satellite data processed by Integrated Correlation and Display System (ICADS) as well as data from any other atmospheric or exo-atmospheric remote monitoring and ground sensors. The contractor shall correlate multi-source data types for alert officer analysis during routine, alert, and exercise activities. The contractor shall develop tools for the creation/generation of simulated data for training, exercises, and validation of analytical tools. The contractor must demonstrate the capability to provide the following: 1)Working knowledge of nuclear weapon phenomenology for the development of algorithms 2)Extensive knowledge of satellite sensor operation and associated data processing 3)An understanding of requirements analysis and system and operational documentation in order to make recommendations for support of NDS Analysis System planning and decision making 4)Working knowledge of Sun workstation and server environment with UNIX operating systems 5)Ability to program in C++ and other languages in order to adapt to new sensor systems and ground processing systems while maintaining the TH legacy database (current TH system has about 3 million lines of code hosted on an Oracle database that requires management and real-time updates and goes back over thirty years). 6)Expertise in complying with DoD software development and sustainment requirements 7)Demonstrated software and system test and configuration control experience 8)Ability to use specific Atmospheric and Space analysis tools and applications 9)Top-secret facility clearance and personnel will require clearance at the top-secret level with a favorable DCID (Director Central Intelligence Directives) 6/4 eligibility determination and valid date for immediate access to SCI (sensitive compartmented information) material SECURITY REQUIREMENT: Successful offeror will be required to provide on-site software development, operations, and sustainment support. The offeror must have the ability to have TS/SCI cleared personnel on-site to support ANDSAS requirements. In addition, offeror must demonstrate that the personnel are familiar with DoD security procedures for protecting classified material and working on secure systems at the Top Secret SCI, SECRET, and unclassified level in a controlled TS Sensitive Compartmented Information Facility (SCIF), as well as the ability and transportation to access a United States Air Force Installation. Personnel must have the ability to obtain an authorization to courier-classified data to and from secure facilities. GOVERNMENT FURNISHED EQUIPMENT (GFE): Access to government-furnished property and services will be limited to special purpose use in direct support of specific tasks performed in Building 989, Patrick AFB or in direct support of the ANDSAS at alternate locations. For work performed in Building 989, Patrick AFB, Florida, the Government will provide use and access to typical office and workspace, supplies, and services available at this location. For direct support of the ANDSAS at alternate locations, the Government will provide use and access to typical office and workspace, supplies, and services available at the location required to accomplish the task. This acquisition will be conducted on an unrestricted basis, without set-aside. The applicable NAICS code is 541712 and the size standard is 500 employees. This RFP is available electronically on the FedBizOpps website only ( https://www.fbo.gov). Fax, telephone, written, or email requests for the solicitation package will not be honored. Contract award is anticipated for September 2010. It is anticipated that the contract will be awarded using Cost Plus Fixed Fee (CPFF) for research and development (R&D) CLINs to support tasks that cannot be easily quantified and are subject to outside influences driven by changes in the satellites, sensors, analytical system, and advancements in technology. It will also contain Firm-Fixed-Price Level-of-Effort (FFP-LOE) operation and maintenance (O&M) CLINs to support routine sustainment of software to keep the system operational. It will also have a COST CLIN(s) for Travel and other Direct Cost reimbursement. 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 at 1-800-234-3867. All responsible firms may submit a proposal and shall be considered for contract award. Proposals may be submitted via hard copy ONLY. 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 AFISRA ombudsman, Veronica Solis, AF ISR Agency/A7K, 102 Hall Street, Ste 258, San Antonio, TX 78243-7091, phone number (210) 977-2453, facsimile number (210) 977-6414, veronica.solis@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Security (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/717898f43f5951536348195600be74cf)
 
Place of Performance
Address: 1030 South Highway A1A, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN02149494-W 20100515/100513235805-717898f43f5951536348195600be74cf (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.