Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2010 FBO #3143
SOLICITATION NOTICE

A -- Engineering and Management Analytical Services (EMAS) - Request For Information (RFI)

Notice Date
7/1/2010
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, AF ISR Agency, AF ISR Agency/A7KR, 1030 S Hwy A1A (Bldg 989), Patrick Air Force Base, Florida, 32925-3002, United States
 
ZIP Code
32925-3002
 
Solicitation Number
FA7022-10-R-EMAS-1
 
Archive Date
7/31/2010
 
Point of Contact
JAINI M. KING, Phone: (321) 494-8629
 
E-Mail Address
jaini.king@patrick.af.mil
(jaini.king@patrick.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Labor Categories/Description Performance Work Statement with Appendiices A & B This is a Request for Information (RFI) to get industry comments regarding a possible contract award for Engineering, Management, and Analytical Services (EMAS) located at the Air Force Technical Applications Center (AFTAC), Patrick AFB, FL. The anticipated contract will be an Advisory and Assistance Services (A&AS) type effort and will provide technical services in conducting a variety of projects with mixed Operations and Maintenance (O&M), Research and Development (R&D). These supported projects are designed to advance DoD technical capabilities in nuclear treaty monitoring, R&D of advanced detection technologies, and other applied technologies. A portion of the effort will enhance national capabilities to detect, locate, identify, assess, and report in near-real-time all atmospheric and space nuclear detonations (NUDETs) in coordination with other government agencies. Other thrust areas include multi-phenomena sensing R&D to further air, ground, and space sensor capabilities across the electromagnetic spectrum. In order to effectively meet the program requirements, the contractor must have an experienced staff of engineering and management professionals in defined areas of interest, including basic sensor systems technology; system engineering; test and evaluation, to include field testing in austere locations; data processing and reduction; programming and financial management processes; manufacturing technology and quality; logistics planning, deployment, and support; managerial assistance; training management; technical writing; and acquisition management. An example of labor categories and descriptions is attached. Broad familiarity with sensor systems and technologies across the electromagnetic/optical spectrum is desired. Experience with AFTAC's Nuclear Detonation Detection System and familiarity with applicable national agencies and Department of Energy National Laboratories in relevant sensor system R&D and software development is also desired. Personnel must have clearances to support classified work at a level commensurate with the requirements, up to and including TS/SCI. Responders are advised that prospective offerors will be required to hold a current Top Secret facilities clearance. Due to the security requirements of the work location, no work can be performed until appropriate facility and personnel clearances are obtained. All sources capable of providing these services are being sought. In addition to the information provided below, responding parties must also indicate their size status in relation to the size standard of $4.5M and North American Industry Classification System (NAICS) code 541330, Engineering Services. Sources with 8(a) status or otherwise classified as a small disadvantaged business should address their status in their responses. Please review the information included in the uploaded DRAFT attachment(s) and provide written comments (via fax or email) by 16 Jul 2010 to Ms Jaini M. King, AF ISR Agency/A7KC, Patrick AFB, Florida. An indefinite delivery, indefinite quantity (IDIQ) task order type contract is contemplated with a 1-year contract period, with four option years. All interested firms should submit a capabilities package that outlines the firm's capabilities in providing the required services. The contractor will be required to establish Associate Contractor Agreements (ACA) with contractors supporting other AFTAC efforts. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The contractor will provide the location of their main office. The contractor will state the number of workers the company employs, as well as their relevant job descriptions and educational levels. The contractor will provide their current financial position and their ability to obtain credit and/or loans. Additionally, the contractor will demonstrate how they utilize an approved accounting system certified by DCMA. Recent, relevant experience in all areas should be provided, to include past contracts with government agencies, the size of said contracts, the type of work performed, and the contract's focal point. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/21720132041a70f585bdb2273879b4f8)
 
Place of Performance
Address: AFTAC/TH 1030 Highway A1A, Patrick AFB, Florida, 32925.3002, United States
 
Record
SN02194377-W 20100703/100701235454-21720132041a70f585bdb2273879b4f8 (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.