Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 26, 2015 FBO #5055
SOURCES SOUGHT

A -- Expert Scientific & Analytical Support (ESAS) 2

Notice Date
9/24/2015
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, 25th Air Force, 25th AF/PK OL-P, 10989 South Patrick Drive, Patrick Air Force Base, Florida, 32925, United States
 
ZIP Code
32925
 
Solicitation Number
FA7022-15-R-0001
 
Archive Date
11/14/2015
 
Point of Contact
Kevin J. Powell, Phone: 3214943071, Patricia K. Bosinger, Phone: 3214940998
 
E-Mail Address
kevin.powell.16@us.af.mil, patricia.bosinger@us.af.mil
(kevin.powell.16@us.af.mil, patricia.bosinger@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT & INDUSTRY DAY ANNOUNCEMENT 25 AF/PK is seeking sources for Expert Scientific & Analytical Support (ESAS) 2 contract. CONTRACTING OFFICE ADDRESS: 25 AF/PK 10989 South Patrick Drive Patrick AFB, FL 32925 •(1) INTRODUCTION : This is a SOURCES SOUGHT AND INDUSTRY DAY ANNOUNCEMENT to provide and host a program overview for the Expert Scientific & Analytical Support (ESAS) 2 contract. The content provides the technical requirements of the ESAS 2 effort to support an availability determination of Industry's technical capabilities. It also provides an opportunity for large and small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to be aware of other companies interested in the acquisition for partnering, as well as any other than small business concern to provide the needed products and/or services. 25 AF/PK is seeking information for potential sources for the Expert Scientific & Analytical Support (ESAS) 2 contract. The anticipated contract will provide expert technical services to the Air Force Technical Applications Center (AFTAC) in conducting a variety of projects with mixed Operations and Maintenance (O&M) along with Research and Development (R&D), and limited procurement funding. These supported projects are designed to advance DoD technical capabilities in nuclear treaty monitoring, R&D of advanced detection technologies to support the counter-proliferation of weapons of mass destruction (WMD), and other applied technologies. A portion of the effort will enhance national capabilities to detect, locate, identify, assess, and report in near-real-time all atmospheric and space nuclear detonations (NUDETs) in coordination with other sensor capabilities across the electromagnetic/optical spectrum. In order to effectively meet the program requirements, the contractor must have a specialized mix of professionals in defined areas of interest, including subject matter expertise in sensor systems and technologies across the electromagnetic/optical spectrum. Robust capabilities in digital signal processing, including state-of the-art scientific commercial tools such as (but not necessarily limited to) MatLab and LabView are also required. Other desired resources would include modeling and simulation capabilities in multi-phenomena energy propagation. Experience with Nuclear Detonation Detection Systems and familiarity with applicable national agencies and Department of Energy National Laboratories in relevant sensor system R&D and data analysis software development is highly desired. Personnel must have clearances to support classified work at a level commensurate with the requirements, up to and including Top Secret/Sensitive Compartmented Information (TS/SCI). Responders are advised that prospective offerors will be required to hold a current Top Secret facilities clearance. Due to the security requirements of the work location, no work can be performed until appropriate facility and personnel clearances are obtained. •(2) Industry Day Information : AFTAC, Patrick Air Force Base, Florida, is hosting a classified Industry Day specific to this acquisition on 22 October 2015. Attendees must hold a SECRET security clearance to attend the industry day. The primary purpose of this Industry Day is to provide Industry an opportunity to gather specifics about this requirement, ask questions, and one-on-one discussions with the technical staff and acquisition professionals. Furthermore, the Government will not reimburse the contractor for any costs associated with this Industry Day. Primary NAICS code: 541712 - Research and Development in Physical, Engineering, and Life Sciences (except Biotechnology ), Size Standard $15.0M. This Industry Day will be limited to companies with a Secret security clearance ; e-mail reservations will be taken for a maximum of three people per company on a first come, first served basis. Send your e-mail reservations to Contract Specialist Mr. Kevin Powell at kevin.powell.16@us.af.mil AND Contracting Officer Ms. Patricia Bosinger at patricia.bosinger@us.af.mil NLT than 5:00 p.m. (Eastern Time) on 13 October 2015. NO REQUESTS WILL BE CONSIDERED AFTER 13 OCTOBER 2015. Your reservation must include your collateral security clearance, and whether or not you have access to a military installation, i.e. valid military I.D. If you do not have access to a military installation, provide your driver's license number; issuing state, and last four digits of your social security number. If your license is from a State other than Florida, you must provide us with your full social security number. A FINAL SECRET CLEARANCE IS REQUIRED TO ATTEND THIS EVENT. (2.1) Passing Security Clearances and Visit Requests AFT AC Bldg 10989 is a controlled area. All visitors must provide the following security information: Please send your Visit Request Form (with Social Security numbers) via JPAS to Security Management Code (SMO): PF2LFFHP6 or unclassified fax: (321) 494-2274. The preferred method of sending clearances is via JPAS. Please identify Ms. Donna Miller, ESAS 2 Program Manager as Point of Contact and the event as ESAS 2 Industry Day on 22 October 2015 when submitting clearances. If there are any clearance questions, please contact Mr. James Smith at james.smith.297@us.af.mil or at (321) 494-0514. Failure to submit security clearances in a timely manner will result in denied access to the briefing. (2.2) Security On-Site Facility entry will require positive identification so please have your ID available. Please be sure your Government Issue photo ID (Military ID, Contractor ID or Driver's License only) is current. An expired ID card will not be accepted. The following items are not allowed in the building: Cell Phones Palm Pilots (and the like) Personal cameras of any kind Recording devices Transmitting devices Laptop computers 'Receive only' pagers are permitted. (2.3) Unattended Items There are a few small storage lockers for cell phones at the entrances, but we strongly recommend you leave these prohibited items in your vehicle. Security personnel in the building are not allowed to receive from and/or store items of any sort for visitors. Please save yourself a trip back out to your vehicle by making sure prohibited items are left behind. (2.4) VENUE INFORMATION: Date: 22 October 2015 Time: 8:30 a.m. to 5:00 p.m. Location: Air Force Technical Application Center 10989 South Patrick Drive Patrick AFB, FL 32925-3002 Agenda: 8:30-9:30 a.m Badging & Discussion Sign-ups 9:30-11:30 a.m. ESAS 2 Brief 1:00-5:00 p.m. One-on-One Discussions (2.5) AUTHORITY : E.O. 9397; The Privacy Act of 1974, 5 U.S.C. 522a; DODD 8500.1 PRINCIPAL PURPOSE(S): To provide necessary information to 45th Space Wing (45 SW) to determine if applicant meets access control requirements IAW HSPD12, DoD 5200.8, DTM 09-12 and FIPS201. Use of SSN is necessary to make positive identification of an applicant. Records in the Defense Biometric Identification System (DBIDS) are maintained to support DoD physical security and information assurance programs and are used for identity or other acceptable identification will be used to distinguish individuals who request entry to 45 SW property. (2.6) DISCLOSURE : Voluntary. However, failure to provide the requested information may result in denial of a badge or visitor pass and denial of entry to 45 SW property. (2.7) Base directives (Overview) You will have to adhere to all directives pertaining to operating a vehicle on Patrick Air Force Base. No cell phone usage while driving (unless 100% hands free) No weapons or illegal contraband Must wear seatbelt at all times. Must possess valid registration and insurance for all vehicles entering installation. While on Patrick AFB you are subject to Random Vehicle Inspections. Do not park in seeded areas (grass). Adhere to all traffic signs and rights-of-way. Safely move to the side and stop when emergency vehicles are responding with lights and sirens. •(3) SOURCES SOUGHT (3.1) DISCLAIMER : THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. (3.2) CONTRACT/PROGRAM BACKGROUND: Contract Number: FA7022-11-D-0004 Contract Type: Indefinite Delivery Indefinite Quantity (IDIQ) with Firm Fixed Price (FFP), Cost Plus Fixed Fee (CPFF), Time and Materials (T&M), and Cost Reimbursable Contract Line Item Numbers (CLINs) Incumbent and their size: Vencore, Inc. (Large Business) Method of previous acquisition: Full and Open Competition Description of the current program/effort: ESAS provides e xpert technical services to AFTAC in conducting a variety of project with mixed Operations and Maintenance (O&M) along with Research and Development (R&D), and limited procurement funding. These supported projects are designed to advance DoD technical capabilities in nuclear treaty monitoring, R&D of advanced detection technologies to support the counter-proliferation of weapons of mass destruction (WMD), and other applied technologies. ESAS 2 is a follow-on effort to ESAS contract. The estimated Period of Performance is 15 January 2018 - 14 January 2023. (3.3) REQUIRED CAPABILITIES: The Government requires subject matter expertise in nuclear phenomena and other proliferation detection technologies. The expertise would provide phenomena data analysis, modeling, algorithm development, system architecture, hardware/software engineering, and software development for critical mission system development. The table below lists all of the main technical/task requirements of the Sources Sought Notice classified Draft PWS. To obtain a soft copy of the classified Draft PWS email Ms. Donna Miller on JWICS at donna.miller@aftac.ic.gov. You must identify the percentage of the task that your company can accomplish and include supporting information which demonstrates your capabilities to meet that percentage. Supporting information shall not reiterate the language of the tasks provided in the classified Draft PWS, but rather, it shall provide details regarding your company's capabilities to execute these tasks. A cross-reference matrix is requested which links the Draft PWS task to the supporting information provided. Past performance information that is related to the tasks in the Draft PWS is requested if available. PWS Task PWS Para Percentage Research and Study Support 1.1 Phenomena Modeling Support 1.2 Data Analysis Algorithm Development Support 1.3 Laboratory & Experimental Support 1.4 Evaluation, Validation, & Integration Support 1.5 Data Analysis Systems Support 1.6 Technical Database Support 1.7 Project and Prototype Support 1.8 Review Panel and Conference Support 1.9 Management and Administrative Requirements 1.10 (3.4) SPECIAL REQUIREMENTS: Personnel must have clearances to support classified work at contract start date. All contractor personnel will require a final adjudicated current security clearance at the TOP SECRET, DCID 6/4 level. Local TOP SECRET Facility Clearance is required. US Citizenship is required for all personnel supporting on the contract. (3.5) NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541712, with the corresponding size standard of $15.0M. To assist 25 AF/PK in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). (3.6) OMBUDSMAN - AFFARS 5352.201-9101 (APR 2014): (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 ombudsman, Christopher S. Williams, OL KC AFICA, 129 Andrews Street, Suite 102, Langley AFB, VA 23665-2769, Telephone: (757)764-2769, FAX: (757)764-6512, Email: christopher.williams.196@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman 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) 256-2395, facsimile number (571) 256-2431. (INTERIM CHANGE: See Policy Memo 14-C-05). (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) (3.7) SUBMISSION DETAILS: Vendors interested in responding to this announcement should submit unclassified technical capabilities statement via email NLT 30 October 2015, 5:00 p.m. Eastern Time (ET) to Contract Specialist Mr. Kevin Powell at kevin.powell.16@us.af.mil AND Contracting Officer Ms. Patricia Bosinger at patricia.bosinger@us.af.mil. NO PHONE CALLS WILL BE ACCEPTED. If the technical capabilities response contains classified information see section 3.10 - Classified Information, below. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All Government and contractor personal reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. (3.8) Responses shall include: a) Business name and address; •b) Name of company representative and their business title; •c) Business Size and Type of Small Business (if applicable); •d) Cage Code; •e) DUNS Number; •f) Capabilities statement package (no more than ten pages) demonstrating ability to perform in accordance with paragraphs 3, 4 and 5 above. •g) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) (3.9) Special Considerations: The potential sources for this effort 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 at contract start date. (3.10) Classified Information: If the RFI response contains classified information, the preferred method of receipt is the JWICS email to the Program Manager, Ms. Donna Miller at donna.miller@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 your 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 10989 South Patrick Drive Patrick AFB, FL 32925-3002 "Inner Address" DEPARTMENT OF THE AIR FORCE 25 AF/PK ATTN : Donna Miller 10989 South Patrick Drive Patrick AFB, FL 32925-3002
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3961d45b3cec48c7148eb5c14160ab99)
 
Place of Performance
Address: Contractor's facility or other locations such as Patrick Air Force Base or Cape Canaveral Air Force Station, Florida or detachments, operating locations, equipment locations, laboratories, and test ranges., Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN03902889-W 20150926/150925000518-3961d45b3cec48c7148eb5c14160ab99 (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.