Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 27, 2014 FBO #4659
SPECIAL NOTICE

R -- Global Hawk Follow-On Support Bridge

Notice Date
8/25/2014
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
FA8620-15-C-3010
 
Archive Date
9/10/2014
 
Point of Contact
Casey Pease, Phone: 9372554241, Gina Shrider, Phone: 937-255-4891
 
E-Mail Address
casey.pease@us.af.mil, Gina.Shrider@us.af.mil
(casey.pease@us.af.mil, Gina.Shrider@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF INTENT TO AWARD SOLE SOURCE 25 August 2014 The Air Force Lifecycle Management Center (AFLCMC), Wright-Patterson Air Force Base (WPAFB), Ohio 45433, hereby formally announces the intent to award a firm-fixed-price bridge contract on a sole source basis to Pricewaterhouse Coopers (PWC), LLC. This effort has become necessary to avoid a nine (9) month lapse in service while the program office transitions the requirement to a competitively awarded, mandatory use contract in July 2015. The AFLCMC Engineering, Professional, and Administrative Support Services (EPASS) contract office will issue a task order to meet the government's requirement post-July 2015. The contractor will be required to furnish adequate supervision, labor, materials, supplies, and equipment necessary to perform the sensor analysis and Milestone C documentation at WPAFB, OH. Services provided by the incumbent include but are not limited to: Provide a Senior Engineer Subject Matter Expert (SME) with minimum skill sets including: Radar functionality (i.e. algorithm, data processing/creation - SAR, MASINT, GMTI; fault analysis), optical functionality (i.e.. hardware function, fault isolation, data processing/creation - EO/IR, MSI, HIS; algorithm, data fusion), NIIRS (i.e. how to apply, rating authority), interoperability (i.e. understanding ISR enterprise, CONEMPs, CONOPs, data flow, exploitation, effective communication with users/certification authorities - JITC, NGA), expertise in utilizing ISR standards (i.e. NITF, STANAG, Mil specs...), software coding and integration skills (i.e. MATLAB, data analysis tool, Java, C++,...), IT skills (i.e. network, computer software/hardware configuration, computer troubleshoot/upgrade), supply training (i.e. CONEMPS, TTP, engineering tools, potential sensor employment). •§ Support the definition and execution of MASINT product collections for Block 30 and Block 40. •§ Support and direct the evaluation of Block 30 and Block 40 anomalies affecting interoperability. This includes but is not limited to 1) airborne subsystem analysis, 2) image data analysis, and 3) analysis of subsystem data logs. It includes independent technical evaluation and recommendation of specific sensor, communication link, and VIP-C or other ground processor image quality processing improvements to support Global Hawk interoperability. •§ Support Development and Operational Testing of Block 30, Block 40, or added Global Hawk IMINT capabilities. •§ Experience: At least 10 years of experience each in radar, optical, NIIRS, interoperability, ISR standards, ISR operations, software/coding integration, IT skills, and supply training. •§ Education: minimum MS degree in electrical engineering or applied math. Provide a Senior Program Manager SME with minimum skill sets including: Comprehensive knowledge of USAF Acquisition Strategy with specific expert knowledge of ACAT-I Milestone C entrance and exit requirements to include documentation, Defense Acquisition Board (DAB) review requirements, and Clinger-Cohen Act compliance reporting. •§ Comprehensive knowledge of the RQ-4 Global Hawk system to include acquisition history, past Clinger-Cohen Act responses and an understanding of Congressional sensitivities with respect to Global Hawk procurement. •§ Develop and coordinate the extensive Milestone C documentation necessary to include entrance and exit criteria for the GH Preplanned Product Improvement subprogram. •§ Develop and coordinate Material Development Decision (MDD) milestone documentation. •§ The Contractor shall possess an expert knowledge of Clinger-Cohen Act and Nunn-McCurdy Act compliance reporting. •§ The Contractor shall possess an expert knowledge on the Defense Acquisition Board (DAB) review process to include the ability to present and defend logical arguments relative to the Global Hawk requirements development process. •§ Education: minimum MBA degree The proposed contract action is for services for which the Air Force intends to solicit and negotiate with only one source under the authority of Federal Acquisition Regulation (FAR) 6.302. This acquisition is for a nine (9) month bridge contract, until a task order under the EPASS contract can be awarded. This notice of intent is NOT a request for competitive proposals; however, all interested persons that identify to the Contracting Officer their intent and capabilities to satisfy the Government's requirement with commercial items and are received within fifteen (15) calendar days after the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. For specific questions, please contact the Contracting Specialist, Gina Shrider, at gina.shrider@us.af.mil or by telephone at 937-255-4891, or the Contracting Officer, Capt Casey Pease, at casey.pease@us.af.mil, or by telephone at 937-255-4241.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8620-15-C-3010/listing.html)
 
Place of Performance
Address: Wright-Patterson AFB, Ohio, 45433-7218, United States
Zip Code: 45433-7218
 
Record
SN03480017-W 20140827/140826001449-56590929ed4c318e529e298718edf484 (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.