MODIFICATION
A -- Munitions Effectiveness and Target Vulnerability Analysis (METVA)
- Notice Date
- 6/16/2011
- 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, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, Florida, 32542-6864, United States
- ZIP Code
- 32542-6864
- Solicitation Number
- FA9200-11-R-METVA
- Point of Contact
- Caulene Y Alexander, Phone: (850)882-0169, Lorna Tedder, Phone: (850)882-4561
- E-Mail Address
-
caulene.alexander@eglin.af.mil, lorna.tedder@eglin.af.mil
(caulene.alexander@eglin.af.mil, lorna.tedder@eglin.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This acquisition is to provide cost-effective support for the Munitions Effectiveness and Target Vulnerability Analysis located at Eglin Air Force Base, Florida. The contractor shall conduct: independent weapons effectiveness, target vulnerability analysis, test and evaluation, weapon systems analysis, missile and gun effectiveness analysis, Analysis of Alternatives (AoAs), and Special Operations analysis. In addition, the contractor shall provide support for the Nonnuclear Consumables Annual Analysis (NCAA) and the Joint Technical Coordinating Group for Munitions Effectiveness (JTCG/ME). Also, development and documentation of computer models used in those analyses will be required. Weapon types to be evaluated are nonnuclear. They include guided and unguided warheads, guns, rockets, bombs, dispensers, and missiles. The targets to be considered are generally foreign, including land, sea, and airborne types. Postures will range from fixed soft to fixed hardened to mobile. The products and services of the proposed contract are highly specialized. Support is of a highly technical nature. If requested, the Contractor shall also provide resumes for review, as part of their proposed task solution, of the people who will perform the task. All Contractor personnel must be US citizens with a Secret or Top Secret (as required) clearance in accordance with the attached Defense Department (DD) Form 254. Interested sources who believe they can meet these requirements should provide a statement of capabilities that provides the following information related to their demonstrated experience and capabilities: (a) Contract information and/or program information describing your experience in the past five years relative to the objectives and tasks identified below. (b) Demonstrated capability in each of the following areas: Conducting independent weapons effectiveness, target vulnerability, aircraft attrition, weapon systems analysis, missile and gun effectiveness analysis, special operations analysis, support for Nonnuclear Consumables Annual Analysis (NCAA), support for Joint Technical Coordinating Group for Munitions Effectiveness (JTCC/ME), and analysis of alternatives. This contract will be approximately a $5-20M effort with approximately 30-90 task orders. All interested organizations are encouraged to submit capabilities packages addressing the specific criteria identified in paragraph (b) above. The packages will be reviewed according to these criteria. Organizations which provide information which does not demonstrate their capabilities specifically associated with the criteria identified in paragraph (b) may be evaluated as not being capable of performing the required services. It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. The resulting evaluation of all organizations providing capabilities packages will be considered in determining the acquisition strategy, specifically in determining for which (if any) small-business concerns this acquisition will be set-aside in accordance with FAR 19.5. The contract type anticipated by the Government is to be Cost Plus Fixed Fee /Cost Reimbursable. The anticipated period of performance is five years. The proposed North American Industry Classification System (NAICS) code for this acquisition is 541712, with a small business standard size of 1,000 employees. In the response, interested sources should identify company name, point of contact, e-mail address, telephone, Federal CAGE Code, Data Universal Numbering System (DUNS) number, facsimile numbers, and type and business size indicating whether you are a small or large business for the purposes of the assigned NAICS. Limit your response to this market survey to a maximum of five to ten (5-10) pages to be received NLT 2:00 PM., Central Standard Time on 22July 2011. Submission can be e-mailed to caulene.alexander@eglin.af.mil. Note: In accordance with FAR 52.219-14, Limitations on Subcontracting, a small business firm must be able to perform at least 50% of the total requirement by employees within its own company. An Ombudsman has been appointed to address the concerns of offerors or potential offerors. The Ombudsman does not diminish the authority of the Program Manager or Contracting Officer, but communicates Contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Matters of routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman, but rather to the Contracting points of contact identified below. The Ombudsman is Colonel David A. Harris, AAC/Vice Commander, at 101 West D Avenue, Suite 116, Eglin AFB FL 32542-5495; his phone number is 850-882-5422. Collect Calls will not be accepted. For further information, contact the Contract Specialist, Caulene Alexander, AAC/PKES, 850-882-0169. This sources sought synopsis is for information and planning purposes only. It does not constitute an IFB or RFP, and is not to be construed as a commitment by the Government. No costs will be paid for any charges incurred in responding to this synopsis. Information submitted should be addressed to: AAC/PKES Attn: Caulene Alexander 205 West D Ave., Suite 467 Eglin AFB, FL 32542-6864
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AAC/FA9200-11-R-METVA/listing.html)
- Place of Performance
- Address: Eglin AFB, Eglin AFB, Florida, 32542, United States
- Zip Code: 32542
- Zip Code: 32542
- Record
- SN02475045-W 20110618/110616235006-3b3f72adf20efc453743ecdeec760b3b (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 |