Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 15, 2013 FBO #4221
SPECIAL NOTICE

A -- Use of Radio Detection and Ranging (RADAR) systems as a detection capability for AFTAC's nuclear treaty monitoring mission.

Notice Date
6/13/2013
 
Notice Type
Special Notice
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
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
RFIAFTACTHRADAR
 
Archive Date
7/30/2013
 
Point of Contact
Kim M Pattan, Phone: 321-494-5452, Josephine Quiroz, Phone: 3214948629
 
E-Mail Address
kim.pattan@patrick.af.mil, josephine.quiroz.1@us.af.mil
(kim.pattan@patrick.af.mil, josephine.quiroz.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide Radio Detection and Ranging (RADAR) systems. The information provided in the RFI is subject to change and is not binding on the Government. AFTAC has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. 1.0 Description 1.1 The Air Force Technical Applications Center (AFTAC) is conducting market research on the use of Radio Detection and Ranging (RADAR) systems as a detection capability for its nuclear treaty monitoring mission. 1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes; it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service. Further, AFTAC is not seeking proposals and will not accept unsolicited proposals. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Responders are advised that the U.S. Government will not pay for any cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested parties' expense. Not responding to this RFI does not preclude participation in any future solicitation or RFP. The following information is provided to assist Market Research of industry to identify sources of services that meet the Government's requirements. In the event of a formal solicitation announcement, it will be issued via Federal Business Opportunities ( http://www.fbo.gov ). It is the responsibility of potential Offerors to monitor the website for any information that may pertain to this RFI. The information provided in this RFI is subject to change and is not binding on the Government. Responses are not limited to commercial entities for profit. Universities and Federally Funded Research and Development Centers (FFRDCs) and other interested parties possessing the technical expertise associated with RADAR electrical and magnetic properties are encouraged to respond. 2.0 Background. Historically, Radio Detection And Ranging (RADAR) systems (traditional and nontraditional) are well established. Since World War II, the US has invested a considerable amount in RADAR systems, timely dissemination and data storage infrastructure. Digital communication systems ( nontraditional RADAR systems) companies have spent considerable amount of dollars for stationary and mobile communication systems. It is well known that detection of ionized gases and plasma plumes via RADAR systems is possible. The unknown is how long can we detect and track the original plasma as it wanes and becomes harder and harder to distinguish from naturally occurring atmospheric ionized gas. 2.1 Purpose. The primary purpose of this RFI is to explore RADAR and its value to the Air Force Technical Applications Center (AFTAC) mission in a two-fold way. The technical focus is to correlate plasma phenomenology and electrical Radio Frequency properties to investigate the associated principles and establish facts. The focus is to identify and understand which traditional and nontraditional RADAR mission systems can be leveraged. The RFI will provide potential sources for a study to assess the best path(s) forward to advancing mission capabilities. 2.1.1 Technical Challenge : The potential study will require understanding plasma as a function of time, density and temperature in a given environment as it interacts with RADAR systems. Core to this is to understand the volumetric permittivity and permeability (electrical and magnetic properties) for a plasma or ionized gas. The electrical and magnetic properties will be leveraged to derive the dielectric constants for volumetric plasmas and ionized gases. Those dielectric constants will be formulated into RADAR cross sections that will be used for detection and tracking of plasmas or ionized gases. 2.1.2 Logistical and Engineering Challenge : The potential study will require a trade analysis to evaluate governmental, quasi-governmental, (e.g. first responder systems), and commercial mission systems together with underlying service-oriented architecture (SOA) dissemination systems solutions, to include engineering design and associated system life-cycle cost. 2.1.3 Basic Expectations. Potential offerors should have expertise in the RADAR and respective Ground Processing Systems: Weather RADAR, Federal Aviation Agency (FAA) and Department of Homeland Security (DHS) RADAR, Maritime RADAR, and Other Government RADAR. Additionally, potential offerors should have expertise in the Communication and respective Ground Processing Systems: First Responder Communication Systems, Mobile Communications, Microwave Communications, and 802.11 Systems. 2.1.4 Technical Reference Documents. Additional electronic classified documents can be made available to offerors with Top Secret security clearances by email. To ensure all offerors have the same access to the documents, offerors with the appropriate security clearance will be sent via email for use in preparing a RFI response. The electronic documents must be destroyed after 90 day from submittal of the RFI. Any classified hardcopy documents must be properly secured, wrapped, marked, and shipped via registered mail in compliance with DOD 5200.1-R and AFI 31-401 security guidelines. 3.0 Requested Information : 3.1 Prospective sources, possessing the qualifications, capability, and experience to respond to this RFI, in part or in whole, are invited to submit documentation no more than 15 one-sided pages all-inclusive. 3.2 Company information, which includes point of contract, address, type of company, size and level of facility clearance, CAGE Code, and DUNS number; 3.3 Identification of other Government customers related to this service. 4.0 Responses 4.1 Interested parties are requested to respond to this RFI regarding the information in the Description above. All firms should submit a capabilities package that describes the firm's capabilities in providing the required services. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. 4.2 The associated North American Industry Classification System (NAICS) code is 541712 - Research and Development in the Physical Engineering, and Life Sciences (except Biotechnology). Based upon a 500 employee standard size for NAICS code 541712, firms responding must state whether they are Large Business (LB) Small Business (SB), Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), Historically Black College or University or Minority Institution (HBCU/MI), an 8(a) firm, an Indian Tribe or Alaskan Native Corporation, a Hubzone firm, a Veteran-Owned Small Business (VOSB) concern, or a Service-Disabled Veteran-Owned Small Business (SDVOSB). "Small business concern" means a concern including its affiliates that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR part 121. A small business concern for the purposes of this procurement is generally defined as a business, including its affiliates, averaging no more than 500 employee. Offerors are cautioned, however, that this is a general description only. Additional standards and conditions apply. Please refer to Federal Acquisition Regulation FAR 19 for additional detailed information on Small Business Size Standards. The FAR is available at http://www.arnet.gov. 4.3 Responses shall be in Microsoft Word compatible format (no more than 15 pages all-inclusive, Times New Roman style, and 12 point font) and are due on or before 3:00 PM (local Eastern Time), 15 July 2013. No phone calls will be accepted. 4.4 Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED and completely separated. Be advised that no submissions will be returned. The Government will dispose of any submissions at the discretion of the AFTAC. 4.5 Responses to this RFI may be evaluated by Non-Government technical experts. All Non-Government support personnel have signed and are bound by the appropriate non-disclosure agreements (NDAs) and organizational conflict of interest (OCI) statements. 4.6 Prospective Offerors are advised that ONLY a Government Contracting Officer is legally authorized to commit the Government. 4.7 The Government reserves the right to review late submissions but makes no guarantee to the order of or possibility for review of late submissions. The preferred method of transmittal is the email addresses. However, both email and mailing is acceptable. The Offeror must choose the appropriate method based on the required security requirement associated with the RFI response and the offeror's email access. The unclassified email and mailing addresses are: Email: kim.pattan@us.af.mil Mail: DEPARTMENT OF THE AIR FORCE AF ISR Agency/A7KRA ATTN: Ms. Kim M. Pattan 1030 S HWY A1A, MS 1000 Patrick AFB FL 32925-3002 4.8 Classified Information : 4.8.1 If the RFI response contains classified information, the preferred method of receipt is the JWICS email address to Ms. Donna Miller at atmildl@aftac.ic.gov. In order for the Government to receive classified information in the mail, it must be sent in accordance with DoD 5220.22-M National Industrial Security Program Operating Manual, also the company must provide CAGE Code which can be verified using the Industrial Security Facilities Database (ISFD). Classified information will be clearly marked and shipped in accordance with DoD 5200.1-R, DoD 52200.22-M and AFI 31-401 to this address: "Outer Address" DEPARTMENT OF THE AIR FORCE AFTAC/SO 1030 S HWY A1A Patrick AFB, FL 32925-3002 "Inner Address" DEPARTMENT OF THE AIR FORCE AFTAC/THSP ATTN : Ms. Donna Miller 1030 S HWY A1A, MS 1000 Patrick AFB, FL 32925-3002 4.8.2 Special Considerations 4.8.2.1 The Government believes that some of the potential sources for this study will require contractor personnel to possess a TOP SECRET clearance with a Single Scope Background Investigation (SSBI), and shall be eligible for indoctrination to the Sensitive Compartmented Information (SCI) level. However, the Government also believes that some of the sources will not require contractor personnel to possess a security clearance. Additionally, in order for the government to support potential exchange of information, hosting of capabilities briefs, or industry days, the Government will need a point of contact and their Social Security Number for Joint Personnel Adjudication System (JPAS) verification and a classified registered mailing address for those offeror's with classified RFIs. 5.0 Industry Discussions AFTAC representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements. 6. Ombudsman Clause, Nov 2012 (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. 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 interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. 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). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, Ms. Veronica Solis, AF ISR Agency/A4-7, 102 Hall Street, Ste 258, San Antonio, TX 78243-7091 (P) 210-977-4505, (F) 210-977-6414, e-mail: veronica.solis@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested 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 (571) 256-2397, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) 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. (End of clause) 7.0 Questions Questions regarding this announcement shall be submitted in writing by e-mail to kim.pattan@us.af.mil. Verbal questions will NOT be accepted. Questions will be answered by posting answers in the FedBIZOpps; accordingly, questions shall NOT contain proprietary or classified information. 8.0 Summary THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide Radio Detection and Ranging (RADAR) systems. The information provided in the RFI is subject to change and is not binding on the Government. AFTAC has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dc5284ecd12c1fe0e55faaee3393f6fc)
 
Record
SN03089413-W 20130615/130614000140-dc5284ecd12c1fe0e55faaee3393f6fc (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.