Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2013 FBO #4124
SOURCES SOUGHT

B -- Specialized Analysis/Test Support - DRAFT PWS

Notice Date
3/8/2013
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFNWC/PZI - Kirtland, Installation Contracting Division, AFNWC/PZI, 8500 Gibson SE, Bldg 20202, Kirtland AFB, New Mexico, 87117-5606, United States
 
ZIP Code
87117-5606
 
Solicitation Number
F2KTAS3061A001
 
Archive Date
4/6/2013
 
Point of Contact
Julia E Johnson, Phone: 5058464904, Jason J Evans, Phone: 5058464188
 
E-Mail Address
julia.johnson@kirtland.af.mil, jason.evans@kirtland.af.mil
(julia.johnson@kirtland.af.mil, jason.evans@kirtland.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft PWS SOURCES SOUGHT SYNOPSIS. This announcement serves as a Sources Sought synopsis issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. This Sources Sought is issued solely for information and planning purposes and does not constitute a solicitation nor is this notice a request for quotation. DO NOT submit a quote or proposal in response to this synopsis. The Air Force Nuclear Weapons Center (AFNWC) / PZID, Kirtland AFB, Albuquerque, NM, seeks potential business sources to perform non-personal services to support Specialized Analysis/Test Support for AFNWC/NC customers. The AFNWC/PZID reserves the right to determine if a SB set-aside is appropriate. Additionally, we reserve the right to determine if one of the targeted socio-economic is appropriate for a set-aside based on responses to this notice and other pertinent information gathered by the contracting officer. In order for the AFNWC/PZID to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capacity and capability to successfully perform and manage all the required services. Firms responding to this announcement must be registered in System for Award Management (SAM). The Government reserves the right to consider the acquisition for the 8(a) program based upon responses received to this sources sought announcement. The proposed effort is anticipated to be a firm-fixed price contract with a base period and option years. The North American Industry Classification System (NAICS) code for this acquisition is 541990, All Other Professional, Scientific and Technical Services. The small business size standard for this NAICS code is $14.0 million. The following services are required by the Air Force Nuclear Weapons Center Nuclear Capabilities Directorate: *See DRAFT Performance Work Statement (Attached). Interested businesses shall provide the following information: 1. Company name, mailing address, cage code, DUNS number, point of contact (POC), POC telephone number and e- mail address. 2. Business size status (i.e. 8(a), HUBZone, Woman/Women Owned or Service Disabled Veteran-Owned, small business, large business, etc.). 3. Capability of providing qualified and experienced personnel, with appropriate clearances. 4. Past Performance. Do you have past performance as a prime contractor or subcontractor on a service contract for similar requirements? If so, please provide the following information: Contract number, Name of Government Agency or Commercial Entity, Period of Performance, Dollar Value, Type of Contract (Fixed Price, Cost Reimbursement, etc.), and an explanation of services provided as they relate to the DRAFT PWS. If your firm acted as a subcontractor or joint venture, name the prime contractor or other party, the specific work performed and percentage (Recent and relevant experience during the last five years). 5. Describe your capabilities and associated computational tools/models used to predict conventional high explosive weapon blast and shock; and, the impact and resulting penetration of conventional high explosive weapon (bombs or other high explosive devices) fragments on systems of interest. Systems of interest include aircraft and ground facilities such as weapon storage facilities, aircraft hangers, and associated protective structures such as earthen berms. For computational tools please describe the tool and accuracy of the proposed predictions with comparisons to actual test (arena) data where possible (Recent and relevant experience during the last five years). 6. Describe your capabilities to support and perform high explosive conventional weapons tests (arena tests included), or simulations thereof, needed to measure blast, shock and fragmentation environments produced by these weapons including the resulting impact and penetration of these fragments on systems of interest. Describe instrumentation and test approaches, data and uncertainty analyses performed (Recent and relevant experience during the last five years). 7. Describe your capabilities and computational tools/models used to model and simulate then analyze Force on Force scenarios involving groups (some specified number of individuals acting collectively with and against others down to single person level of detail) given varied strategy and tactics, religious and political beliefs, including the mental (cognitive) aspects and actions of individual or group behavior based on decision making processes (Recent and relevant experience during the last five years). 8. Describe your capabilities to support nuclear surety assessments (modeling, analyses and/or tests) regarding Air Force nuclear weapon delivery systems, support equipment and facilities in accordance with DoD nuclear weapon system safety policy (DoDD 3150.2, DoD Nuclear Weapon System Safety Program) and Air Force nuclear safety/compatibility instructions and manuals (Recent and relevant experience during the last five years). 9. Does your company have the financial capability and financial stability, and/or adequate lines of credit to sustain and support a contract in the event there are difficulties with invoice payments? Do you have an approved accounting system in place to adequately track expenditures? 10. Do you anticipate any type of teaming arrangement for this requirement? If yes, please address what kind of arrangement and what percentage of work, and type(s) of service would you perform. Responses are limited to not more than 6 pages. The government will use this information, in addition to other information obtained, to determine its small business set-aside decision. Any information provided by industry to the Government is voluntary. Responses are due no later than 4:00 PM (MST) on 24 March 2013 via Email. Questions and responses should be addressed to the Primary POC Ms. Julia Johnson, via Email at julia.johnson@kirtland.af.mil. The alternate POC for this requirement is Jason Evans, reached via Email at jason.evans@kirtland.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/F2KTAS3061A001/listing.html)
 
Place of Performance
Address: Kirtland AFB, Albuquerque, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN03007373-W 20130310/130308234244-34328ed834fb35de60c181c8fdca333a (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.