Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 12, 2016 FBO #5223
SOLICITATION NOTICE

R -- EDAPTII

Notice Date
3/10/2016
 
Notice Type
Presolicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Air Force, AMIC DET 2, AMIC DET 2 OL/PKA, 10989 South Patrick Drive, Patrick Air Force Base, Florida, 32925, United States
 
ZIP Code
32925
 
Solicitation Number
FA702216R0005EDAPTII
 
Point of Contact
Karen Hayes, Phone: 3214946298
 
E-Mail Address
karen.hayes.1@us.af.mil
(karen.hayes.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
PRESOLICITATION NOTICE Environmental Modeling Simulation Decision Aid Product II (EDAPT II ) Solicitation Number: FA7022-16-R-0005, EDAPT II 1. This is a synopsis for a competitive services acquisition as required by FAR Part 5.2. THIS IS NOT A REQUEST FOR PROPOSAL. VENDORS SHOULD NOT SUBMIT FORMAL PROPOSALS UNTIL THE RFP IS POSTED TO THIS WEBSITE. This synopsis is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Additionally, no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. 2. The Acquisition Management and Integration Center (AMIC) DET 2, OL/PKA has been tasked to solicit for and award a project for the Environmental Modeling Simulation Decision Aid Product II (EDAPT II) project. The services to be acquired are primarily concerned with the sustainment, maintenance and enhancement of software applications and environmental models that are part of the Air Force Technical Application Center (AFTAC) Integrated Materials Information Management System (IMIMS). The contractor must be able to support day-to-day operations for AFTAC's Nuclear Treaty Monitoring Mission with highly trained support personnel. The contractor must also demonstrate the capability to provide technical assistance to include: 1) Facilitate upgrading its interface and architecture compatible with existing computing environment 2) Efficiently organize the model results file management system 3) Incorporate advanced diagnostic for applicable Transport and Dispersion (T&D) models such as the Hybrid Single Particle Lagrangian Integrated Trajectory (HYSPLIT), the Second-Order Closure Integrated Puff Model (SCIPUFF), Quick Urban and Industrial Complex (QUIC), and the Defense Land Fallout Interpretative Code (DELFIC) 3. SECURITY REQUIREMENT: Company must have a Top Secret facility clearance. Contractors working on this project must have a Top Secret Clearance (Single Scope Background Investigation with a favorable Director Central Intelligence Directives (DCID) 6/4 eligibility determination for immediate access to SCI (Sensitive Compartmented Information) material. Level of safeguarding is Top Secret; personnel working at contractor facility must have a Top Secret clearance. 4. This acquisition will be conducted on an unrestricted basis, without set-aside. The North American Industry Classification System (NAICS) code is 541620 Environmental Consulting Services. The small business size standard is $15.0M (annual average gross revenue for the last three fiscal years not to exceed $15.0M). The RFP will be available electronically on this website only with an anticipated release of 2 May 2016. Fax, telephone, written, or e-mail requests for the solicitation package will not be honored. Contract award is anticipated for September 2016. An Indefinite Delivery, Indefinite Quantity (IDIQ) contract is contemplated with a 5-year ordering period. It is anticipated that the contract will be awarded using Cost-Plus-Fixed-Fee (CPFF) Contract Line Item Numbers (CLINs) for Operation and Maintenance (O&M) with a cost-reimbursable CLIN for travel. 5. Potential contractors must be registered in the System for Award Management (SAM) to be eligible for award (see https://www.sam.gov/portal/public/SAM# ). It is mandatory to obtain a DUNS number prior to registering in SAM by calling Dun & Bradstreet at 1-800-234-3867. All responsible firms may submit a proposal (after issuance of the RFP) and shall be considered for contract award. Firms responding must state whether they are a Small Business (SB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), HUBZone Small Business (HSB), Small Disadvantaged Business (SDB), Woman-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Business (EDWOSB) Historically Black College or University or Minority Institution (HBCU/MI), an 8(a) firm, an Indian Tribe or Alaskan Native Corporation. 6. AFFARS clause 5352.201-9101, Ombudsman (Apr 2014) is applicable. (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, Lt Col Lateef M. Hynson, 129 Andrews St, Langley AFB, VA 23665-2769, phone number (757) 764-5372, facsimile number (757)764-4400, E-mail address: lateef.hynson@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) 7. Point of contact is Ms. Karen Hayes, Contracting Officer, AMIC DET 2, OL/PKA 10989 South Patrick Drive, Patrick AFB FL 32925, e-mail: karen.hayes.1@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cb983292de559379a03423980ca3f654)
 
Record
SN04047071-W 20160312/160311000508-cb983292de559379a03423980ca3f654 (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.