Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2011 FBO #3652
SOLICITATION NOTICE

A -- Air Space Precision Engagement Research and Engineering (ASPERE) - List of Interested Parties

Notice Date
11/22/2011
 
Notice Type
Presolicitation
 
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, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8750-12-R-0013
 
Point of Contact
Ashley VanDenTop, Phone: 315/330-4457
 
E-Mail Address
Ashley.VanDenTop@rl.af.mil
(Ashley.VanDenTop@rl.af.mil)
 
Small Business Set-Aside
N/A
 
Description
List of Interested Parties A - AIR SPACE PRECISION ENGAGEMENT RESEARCH AND ENGINEERING (ASPERE) Contracting Office Address Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate 525 Brooks Road, Rome, NY 13441-4514 Description Contracting Office Address: Department of the Air Force, Air Force Material Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY 13441-4114. Point of Contact: Ashley VanDenTop, Contract Specialist, Phone 315-330-4457, Email: Ashley.VanDenTop@rl.af.mil AFRL Rome has a requirement to conduct software development and system support for the Air Space Precision Engagement Research and Engineering (ASPERE). ASPERE supports Air Force efforts in providing Air Force, Department of Defense, Intelligence Community (IC), other Federal Agencies, and Coalition partners with a software toolkit that provides a general data visualization and analysis infrastructure for the analysis of temporal, spatial, entity, and association information, report generation, incident reporting, workflow, and query/search. Web-Enabled Temporal Analysis System (WebTAS), Combined Information Data Network Exchange (CIDNE), and International Distributed Uniform Reporting Environment (INDURE) make up the primary software applications in the ASPERE toolset. The flexible toolset architecture provides access to multiple data sources, data mining, information fusion, and collaboration tools that facilitate trend, link, pattern, and distributed analysis to support activity prediction and customer unique capabilities like Strategic Worldwide Integration Capability (SWIC), Common Analytical Work Station (CAWS) and Master Air Attach Plan (MAAP) Toolkit. This effort will perform engineering and technical tasks and operations and maintenance support for current and new users of the ASPERE software toolset. Technical enhancements are needed to correct any identified shortcomings in the toolset and to provide additional capabilities, features, processes, and documentation. The enhancements will extend ASPERE toolset functions and provide more effective and efficient capabilities to meet the needs of the users. Due to real world events, rapid software releases (currently every ninety (90) days) are required to maximize the Government's technological capabilities at current and future deployed sites, worldwide. Installation support will be needed to install the ASPERE toolset software and hardware, and train users at multiple sites throughout the world. For example, sites such as CENTCOM, which involve contingency operations and quick response to warfighter needs will require this installation support. Operations and maintenance actions will be needed to provide continued system support to current customer sites and to the new sites after system installation. In the course of performance, the contractor will interface with various DoD and Government agencies through visits and electronic means, and technical visits that will take place at various sites, worldwide. The contractor will also provide technical engineering expertise to the Air Force Research Lab/Information and Intelligence Exploitation Division to perform analysis, design, development, integration, testing, and evaluation. Anticipated deliverables include software, hardware, and technical documentation. An indefinite-delivery, indefinite-quantity, cost-plus-fixed-fee (completion) type contract is contemplated with an ordering period of 60 months. Taking into consideration the real world events currently unfolding, the Government presently contemplates the maximum ordering amount to be approximately $593,000,000.00 for this 60 month ordering period. The prime contractor and their subcontractors for this contract must have approximately four-hundred (400) Top Secret SCI security clearances; foreign allied participation at the prime contractor level shall not be permitted for this effort. The successful contractor may receive and/or generate technical data subject to export control in the performance of the contract. Therefore, prospective offerors must provide a completed and approved DD Form 2345 which certifies the offeror is on the Certified Contractors Access List (CCAL) or the offeror is seeking application to CCAL. The successful offeror must have a completed and approved DD Form 2345 prior to award. For further information on CCAL, contact the Defense Logistic Information Service at 1-877-352-2255 or on the web at http://www.dlis.dla.mil/jcp/. In reference to the ASPERE effort, information can be obtained by contacting Government Program Manager, Mr Michael Welch, at (315) 330-7758, who will forward a copy of the ASPERE Read Library. Data contained within the read library is subject to export control restrictions. Access to ASPERE toolset Source Code is available at AFRL/RIEB, Rome, NY location only. Please contact Mr. Welch five (5) business days in advance to arrange a time to review the code. Prior to access being granted, respondents must submit a copy of an approved DD Form 2345, Militarily Critical Technical Data Agreement, (may be obtained at http://www.dlis.dla.mil/default.asp) along with a letter from the Data Custodian designated on that form, authorizing access by whomever will be reviewing the library or source code, to the Government Program Manager at the Air Force Research Laboratory/RIEB, 525 Brooks Road, Rome, New York 13441-4505, or fax to his attention at (315) 330-3913. Evaluation of the small business capability packages received in response to the previous Sources Sought announcement resulted in a determination that a small business set-aside was not warranted. The North American Industry Classification Systems (NAICS) code for this effort is 541712 and the small business standard is 500 employees. A Draft Request for Proposal will not be posted for this effort. The solicitation is expected to be released approximately three (3) months from this notice. Refer to the web link of this notice for any milestone updates. THE ENTIRE SOLICITATION WILL BE ISSUED ON THE FEDERAL BUSINESS OPPORTUNITIES (FEDBIZOPPS) WEB SITE AT http://www.fedbizopps.gov/. The FedBizOpps offers a registration service that will send an e-mail notification when a change is made to this announcement. To register, click on the "Add To Watchlist" button at the top of this announcement in FedBizOpps. This service is provided for convenience only and does not serve as a guarantee of notification. In addition to this registration, any prospective offerors interested in submitting a proposal for this solicitation must register by e-mail directly with the Contract Specialist at Ashley.Busa@rl.af.mil in order to be placed on the List of Interested Parties. Include your company name, address, telephone number and point of contact, fax number, e-mail address and Commercial and Government Entity (CAGE) code. The Contract Specialist will post this list on the FedBizOpps along with the solicitation to facilitate subcontracting and teaming opportunities only. Offerors registering their name either on the FedBizOpps or with the Contract Specialist should not conclude that they will receive a paper copy of the solicitation in the mail. Paper copies will not be available. The solicitation and any amendments thereto will only be available by downloading the documents from the FedBizOpps. All prospective offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested parties may identify to the Contracting Officer their interest and capability to satisfy the Government's requirement with a commercial items within fifteen (15) days of this notice. All responsible sources may submit a proposal in response to the RFP which shall be considered. A list of interested parties, which includes Industry Day attendees, is posted to FedBizOpps. Technical questions should be directed to the Program Manager, Michael Welch, via e-mail to Michael.Welch@rl.af.mil or by phone at (315) 330-7758. Contractual questions should be directed to the Contract Specialist, Ashley VanDenTop, via e-mail to Ashley.VanDenTop@rl.af.mil or by phone at (315) 330-4457. In accordance with AFFARS 5301.91, an Ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Before consulting with an Ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer, Kelly L. Conniff, (315) 330-4073, Kelly.Conniff@rl.af.mil, for resolution. AFFARS Clause 5352.201-9101 Ombudsman (APR 2010) will be incorporated into the resultant contract. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the Ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the Ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The Ombudsman may refer the party to another official who can resolve the concern. Consulting an Ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). If resolution cannot be made by the Contracting Officer, concerned parties may contact the following AFRL Ombudsman: Barbara Gehrs, Building 15, Room 225, 1864 4th Street, Wright Patterson AFB OH 45433-7130; FAX (937) 255-5036; COM (937) 904-4407. Concerns, issues, disagreements, and recommendations that cannot be resolved at the AFRL level, may be brought by the concerned party for further consideration to the Air Force Ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. The Ombudsman has no authority to render a decision that binds the agency. Do not contact the Ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. Point of Contact Ashley VanDenTop at (315) 330-4457, Contract Specialist, Fax (315) 330-1608, Email Ashley.VanDenTop@rl.af.mil The Sources Sought was posted at Solicitation Number "E-2-1253_ ASPERE". The Pre-Solicitation Notice, Request for Proposal and any additional updates will be posted to Solicitation Number "FA8750-12-R-0013". All prospective offerors are instructed to continue to routinely monitor and register under Solicitation Number "FA8750-12-R-0013".
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8750-12-R-0013/listing.html)
 
Record
SN02627873-W 20111124/111122235058-3de5f04d5516e39cc03d3c77bc48ec16 (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.