Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 11, 2016 FBO #5406
MODIFICATION

A -- Space Hazard Safety Analysis and Risk Processing (SHARP) Program - SHARP PWS

Notice Date
9/9/2016
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-15-R-0039
 
Archive Date
4/1/2017
 
Point of Contact
Bradley Richardson, Phone: 321-494-9964, Frantz Loiseau, Phone: 321-494-4393
 
E-Mail Address
bradley.richardson@us.af.mil, frantz.loiseau.1@us.af.mil
(bradley.richardson@us.af.mil, frantz.loiseau.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement as of 9 September 2016 SHARP Synopsis PRE-SOLICITATION NOTICE: THIS IS NOT A REQUEST FOR PROPOSAL. A FINAL SOLICITATION DOCUMENT DOES NOT EXIST AT THIS TIME. The 45th Contracting Squadron, Patrick AFB, FL announces the anticipated release of the solicitation FA2521-15-R-0039, Safety Hazard Analysis and Risk Processing (SHARP) program. SHARP provides resources as necessary to support the 45th Space Wing Safety's Support program as defined within Eastern and Western Range (EWR) 127-1 and/or AFSPCMAN 91-710 - Range Safety User Requirements Manual Volume 1 - Air Force Space Command Range Safety Policies and Procedures. No proposals are being requested or accepted with this synopsis. This synopsis is not to be construed as a commitment by the Government. The purpose of this follow-on acquisition is to provide for launch safety analysis services. This acquisition is for a non-personal service. The Contractor provides resources necessary to support and sustain the SHARP launch safety analysis functions described in the Performance Work Statement (PWS) dated 9 Sep16. This is a performance based requirement. The scope of this acquisition will include sustainment of the SHARP system hardware, software, and procedures used to perform flight analysis and risk analysis by 45 SW/SEL analysts in support of space launch missions at the Eastern Range. The flight analysis software models produce operational products used to contain launch debris within impact limit lines. They are deterministic models that run on a PC and have evolved from legacy software models previously hosted on a main frame Cyber computer. The risk analysis software models are used by 45 SW/SELR analysts to determine risks associated with launch vehicle debris, toxic materials and blast overpressures. These models are probabilistic and run on either a PC or a CPU cluster. Additional non-core services will be provided via individual work requests for unique SHARP Launch Safety Analysis (LSA) Support required by 45 SW customers and potential customers. Additional non-core services will be provided via individual work requests for unique SHARP LSA Support required by 45 SW customer and potential customers. The contractor will be using the SHARP system to produce the analysis tools and software used by 45 SW/SEL analysts; the end result(s) will become Government property with unlimited data rights. The Contractor provides resources necessary to support and sustain the SHARP launch safety analysis functions described in the Performance Work Statement (PWS) dated 9 Sep 16. The SHARP Services are a combination of Severable and Non-Severable services. The SHARP sustainment portion is Severable and the Risk Analysis/Work Requests is considered Non-Severable Services. Detailed performance metrics and standards have been derived to facilitate preparing the performance-based PWS. Studies and analyses are performed toward ensuring compliance with the Eastern and Western Range Safety Policies and Procedures (EWR 127-1) and/or Air Force Space Command Manual (AFSPCMAN) 91-710 - Range Safety User Requirements Manual Volume 1, Air Force Space Command Range Safety Policies and Procedures. The Government has unlimited rights to all documents/material produced under this contract. All documents and materials, to include the source codes of any software, produced under this contract shall be government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the contractor without written permission from the CO. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other government rights. Any software enhancements shall be coordinated with the Government prior to being accomplished. Security clearance level required for safeguarding is SECRET. Facility Clearance required is SECRET. A DD Form 254 will be processed and attached to the contract. Management of this contract will be in accordance with FAR Part 46 - Quality Assurance and AFI 63-138 - Acquisition of Services. Inspection of the services performed under this contract shall be accomplished by the quality assurance/safety office. Acceptance of the services will be performed by the government program management office (45 SW/SE). 45th Space Wing Safety Office (45 SW/SE) is designated as the duly authorized representative of the contracting officer for the government acceptance of the work contracted hereunder. Administration of this contract will be performed by the 45th Contracting Squadron (45 CONS/LGCZR). This is a Small Business Set-Aside competitive acquisition. All small business, small disadvantaged sources, and HUB Zone eligible entities should identify themselves as such. The applicable North American Industry Classification (NAICS) code is 541712, the size standard is 1,250 employees and the FSC is AR95. Conflict of interest rules apply and offerors will be required to submit mitigation plans following release of the RFP. An Indefinite Delivery-Indefinite Quantity (IDIQ) service contract with Firm Fixed Price Contract Line Item Numbers (CLINs) is contemplated. This service is determined non-commercial in accordance with FAR Part 12. Multiple awards are not contemplated. Low Price Technically Acceptable (LPTA) source selection procedures will be used. The period of performance will consist of an up to one-month transition/phase-in period from 1 Mar 17 through 31 Mar 17 followed by a 12-month base period of performance beginning 1 Apr 17 and two one-year option periods. In addition, the Government may further extend the performance period for up to six months under FAR 52.217-8. Also, the Government may extend the term of this contract by written notice to the Contractor prior to fifteen (15) calendar days before expiration of contract period under FAR 52.217-9. The Government is providing a CD ROM containing sample problem and related information to the contractor. Prospective Offerors shall provide a written request for the CD ROM and will be required to sign a receipt for the material. Information concerning this forthcoming solicitation will be incrementally released and posted to Federal Business Opportunities (FEDBizOpps) website at https://www.fbo.gov. The release of the Request for Proposal is anticipated on or about end of September 2016. No pre-proposal conference/site visit is scheduled at this time. A question and answer period will be designated within the RFP. The Government will be posting responses to those comments/questions subsequent to this synopsis via FEDBizOpps website. Potential offerors must be currently registered in the Central Contractor Registry to be eligible for award. (See Internet Site: http://www.ccr.gov). Payment for this acquisition will be made through the Wide Area Workflow (WAWF) System. Contractors must be registered in WAWF, see internet site: https://wawf.eb.mil for registration. Potential contractors must also be currently registered with On-line Representation and Certification Applications (ORCA). (See Internet Site: http://orca.bpn.gov/). Foreign contractors will not be permitted to participate at the prime contractor or any other level due to national security issues. AFFARS 5352.201-9101, Ombudsman is applicable. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer for resolution. If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, AFSPC/A7K, 150 Vandenberg St., Ste 1105, Peterson AFB, CO 80914-4350, 719-554-5250, FAX 719-554-5299, a7k.wf@afspc.af.mil. There will be no paper copies of this solicitation. Offerors should submit all questions or comments relative to the solicitation in writing via email (No phone calls will be accepted) to the Contract Specialists listed below and copy the Contracting Officer, Mr. Bradley Richardson. No other format will be considered or accepted. Contact information: Frantz Loiseau or Michele Cleckner or, Contract Specialist, 1201 Edward H White II St., Patrick AFB, FL 32925-3238. Email addresses: frantz.loiseau.1@us.af.mil, 321-494-4393 michele.cleckner@us.af.mil, 321 494-4842. Contracting Officer Contact: Mr. Bradley Richardson, Contracting Officer, bradley.richardson@us.af.mil, or 321-494-9964. Places of Performance: Address: Cape Canaveral Air Force Station, FL 32925-2206 and Patrick AFB, FL 32925 Country: United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-15-R-0039/listing.html)
 
Place of Performance
Address: 45th Space Wing Safety Resources Office, 1201 Edward H. White II St., Room N-316, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN04265132-W 20160911/160911092816-5b1366ff6073b28ddc3c76d9a66aa636 (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.