Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2010 FBO #3141
SPECIAL NOTICE

A -- Research Effort on the Intergrating Civilian Consequences

Notice Date
6/29/2010
 
Notice Type
Special Notice
 
NAICS
711510 — Independent Artists, Writers, and Performers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
FA3300-10-T-0029RESEARCHER
 
Archive Date
7/27/2010
 
Point of Contact
Kay L Bent, Phone: 334-953-6110
 
E-Mail Address
kay.bent@maxwell.af.mil
(kay.bent@maxwell.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT under statutory authority, 10 U.S.C. 2304(c)(1), set forth in Federal Acquisition Regulation 6.302-1. The government intends to award a sole source firm fixed price contract to Dr. Sarah Sewall, working in conjunction with Air Force Research Institute (AFRI) personnel to manage the effort, milestones and key deliverables for research topic on the "Integrating Civilian Consequences: The U.S. Air Force and Collateral Damage Mitigation". Milestone/deliverables include proposed abstraact, research project plan, draft documents, and final documents. Period of performance will be 1 August 2010 - 31 July 2011. The Performance Work Statement associated with this requirement is attached. The NAICS is 711510 with size standard of $7.0 Million. Interested sources may identify their interest and capability to respond to the requirement within 10 days after the publication date of this synopsis. This notice of intent is not a request for competitive proposals; however, all responses received NLT 12:00 Noon CDST on 12 July 2010 will be considered by the Air Force. Electronic submissions are acceptable. Direct any correspondence to the 42d Contracting Squadron, Acquisition Flight B, 50 LeMay Plaza South (Building 804), Maxwell AFB, AL 36112-6334, ATTN: Kay Bent, faxed to (334) 953-3527 or 3341, or emailed to kay.bent@maxwell.af.mil. ATTACHMENT: Performance Work Statement PERFORMANCE WORK STATEMENT (PWS) FOR RESEARCH EFFORT ON THE "Integrating Civilian Consequences: The U.S. Air Force and Collateral Damage Mitigation" Air Force Research Institute (AFRI) 150 N. Twining Street Maxwell AFB, Alabama 36112 1. DESCRIPTION OF SERVICES. 1.1. Background: Air University (AU) has primarily relied on in-house researchers and AU students to conduct research on relevant airpower and air-centric topics. The research topics are those crucial to the enhancement of current and evolution of future air power operations. While this method has provided valuable research, AU has determined greater value can be achieved by selectively engaging subject matter expert (SME) researchers on a subject-by-subject basis. 1.2. Scope of work: Working in conjunction with AFRI personnel, the contractor will be responsible for managing the effort, milestones, and key deliverables for research of the "Integrating Civilian Consequences: The U.S. Air Force and Collateral Damage Mitigation" Note: Clause 252.227-7020 applies to all work accomplished under the contract; especially efforts accomplished under this performance work statement. 2. DELIVERABLES 2.1. Description of Services Required. AFRI requires a 12-month research effort 2.1.1. Abstract: 8-10pgs; required delivery date is 31 August 2010 2.1.2. Research Project Plan: 31 August 2010 2.1.3. Initial Draft: 200-300pgs; required delivery date is 30 April 2011 2.1.4. Final Draft: 200-300pgs; required delivery date is 31 May 2011 2.2. Point of Delivery: Air Force Research Institute (AFRI)/RIR Dr. Daniel Mortensen 155 N. Twining Str, Bldg 693 Maxwell AFB, AL 36112-6020 2.3. Media: All Deliverables shall be submitted in hard copy and electronic format using Microsoft Word. Milestone/Deliverables Responsibility Date Point of Delivery Proposed Abstract Contractor 31 Aug 10 AFRI/RIR Research Project Plan Contractor 31 Aug 10 AFRI/RIR Draft Document(s) Contractor 30 Apr 11 AFRI/RIR Final Document(s)_ Contractor 31 May 11 AFRI/RIR 2.4. REPORTS 2.4.1. Monthly Progress Reports: The contractor shall submit a Monthly Progress Report on the 15th of each month. The contents of the report will provide comprehensive cost, schedule and performance information by effort. In addition, the report will clearly state whether or not significant milestones occurring in the reporting period have been met. For milestones not met, the contractor will clearly state what corrective actions are being implemented. 3. SERVICE SUMMARY Performance Objective PWS Para Performance Threshold SS01 Provide all deliverables in the time lines established 2 - 2.1.4. Effort to be completed by 31 July 2011. SS02 Provide monthly progress reports 2.2.1. Reports are to be provided on the 15th of each month. 4. GENERAL INFORMATION4.1. PERFORMANCE MANAGEMENT 4.1.1. Quality Control: The contractor shall develop and maintain a quality control program to ensure services are performed in accordance with commonly accepted commercial practices. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. As a minimum the contractor shall develop quality control procedures addressing the areas identified in Section 2, Service Summary. 4.1.2. Quality Assurance: The government will periodically evaluate the contractor's performance by appointing quality assurance personnel (QAP) to monitor performance to ensure services are received. The QAP will evaluate the contractor's performance through intermittent inspections of the contractor. The government will investigate complaints from AFRI/RIR about the contractor's management of the individual research efforts (i.e. schedule compliance, product delivery, cost control, etc...). Though the government may inspect as much as deemed as appropriate, given the nature of the research and individuality of research techniques it is the government's intent to limit inspections to various peer reviews. QAP shall be responsible for initially validating and documenting substandard customer complaints and disagreements. If the contractor challenges the validity of any complaint, and the QAP and contractor cannot come to agreement, the complaint in question shall be forwarded to the Contracting Officer for resolution. The contracting officer shall make final determination of the validity of customer complaint(s) in cases of disagreement with the contractor. 4.1.3. Remedies: The contracting officer shall follow FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007), for contractor's failure to perform satisfactory services or failure to correct non-conforming services. 4.2. CONTRACTOR PERSONNEL 4.2.1. Contract Manager: The contractor shall provide a contract manager who shall be responsible for the overall performance required to satisfy this PWS. The name of contract manager and the alternate shall be designated in writing to the contracting officer not later than the pre-performance conference. Any change in the name or home phone number of either party shall be communicated in writing to the contracting officer twenty-four (24) hours in advance of the change if planned and within eight (8) hours of the occurrence if unplanned. 4.2.2. Contracted Researcher: The contractor shall be responsible for the overall performance required to satisfy this PWS. 4.3. SECURITY REQUIREMENTS 4.3.1. The contractor(s) will not be working on a government installation or on a government network. 4.3.2. Reporting Requirements. The contractor shall comply with AFI 71-101, Volume-1, Criminal Investigations, and Volume-2 Protective Service Matters, requirements. Contractor personnel shall report to an appropriate authority any information or circumstances of which they are aware may pose a threat to the security of DoD personnel, contractor personnel, resources, and classified or unclassified defense information. 4.4. Place of Performance: The work required will be performed at the location of the SME. Travel may be required to Maxwell AFB or another location to discuss and/or brief the topic being researched. All travel will be IAW with the JTR. 4.4.1. Government Furnished Property/Equipment: None 4.4.2. Government Furnished Facilities: None
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/FA3300-10-T-0029RESEARCHER/listing.html)
 
Place of Performance
Address: 155 N. Twining Str, Bldg 693, Maxwell AFB, Alabama, 36112-6020, United States
Zip Code: 36112-6020
 
Record
SN02190884-W 20100701/100629234509-92c9dda169cbc9df76c7e6a7691a878a (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.