Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2017 FBO #5739
SOURCES SOUGHT

A -- Optics/Laser Research Support

Notice Date
8/8/2017
 
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, 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
FA7022-17-R-OPTIC2
 
Archive Date
8/29/2017
 
Point of Contact
Michelle L Riisma, Phone: 3214949018, Jody G. Desormeaux, Phone: 3214940511
 
E-Mail Address
michelle.riisma@us.af.mil, jody.desormeaux.1@us.af.mil
(michelle.riisma@us.af.mil, jody.desormeaux.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE: This is a revised SOURCES SOUGHT ANNOUNCEMENT to determine any additional potential sources for information and acquisition planning purposes only. AMIC DET 2 OL/PKA and AFTAC are seeking information from potential sources for Optics/LASER Research Support. The purpose of this sources sought is to conduct market research to determine if responsible sources exist, and to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification System (NAICS) Code is 541712 with a size standard of 1,000 employees. The Government will use information received in response to this notice to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned Small Business (SDVOSB), HUBZone, and Women-Owned small business concerns. The Government requests that all interested parties respond to this notice if capable and to identify your business status for the identified NAICS code. Provide any anticipated teaming arrangements or information regarding your plans to use a joint venture. Additionally, provide a description of similar services offered to the Government or to commercial customers within the past three years. Any response involving teaming agreements should delineate between the work that could be accomplished by the prime and the work that could be accomplished by the teaming partner(s). The information requested by this sources sought will be used within the Air Force (AF) to facilitate decision-making and will not be disclosed outside the agency. Firms choosing to respond to this Sources Sought Synopsis are cautioned that this is not a Request for Proposal (RFP). In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract or agreement. The AF will not be obligated to pursue any particular acquisition or alternative as a result of this Sources Sought Synopsis. Responses to this notice will not be returned or replied to. Not responding to this sources sought does not preclude participation in any future solicitation, if one is issued. Proprietary information and trade secrets, if any, must be clearly marked on all submitted material. Information received that is clearly marked Proprietary will be handled accordingly. Be advised that all submissions become Government property and will not be returned. All Government and contractor personal reviewing responses will have signed non-disclosure agreements and understand their responsibility to properly use and protect proprietary information from unauthorized disclosure as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. 1.0 SOURCES SOUGHT INFORMATION: 1.1 REQUIRED CAPABILITIES: AFTAC has a requirement for local advisory and assistance support (A&AS) for optics and laser research and development (R&D). The contractor shall support the AFTAC Directed Energy Weapon (DEW) R&D program by assisting the government with technical studies and testing and evaluating capabilities on test ranges and in AFTAC's in house laboratory. The A&AS support augments the government's capabilities for highly specialized expertise required necessary for conducting research, development, test and evaluation on emerging DEW technologies in all domains for the Air Force. Since some of the information associated with the space-borne sensors is classified, contractor shall be required to hold or attain a clearance up to Top Secret/Sensitive Compartmented Information (TS//SCI) facility clearance and store up to Secret. The salient characteristics are: 1) The contractor shall have optical and laser technical expertise in advanced imaging and sensing, pointing and tracking systems, data collection and analysis, and modeling and simulation. 2) The contractor shall be required to hold or attain a clearance up to Top Secret/Sensitive Compartmented Information (TS//SCI) facility clearance and store up to Secret/TK/SI. 3) The contract shall be knowledgeable with OSHA laser safety and laser clearinghouse requirements. (Note: OSHA standards can be located at: https://www.osha.gov/SLTC/laserhazards/standards.html and clearing house requirements are identified in DoD Instruction 3100.11, Management of Laser Illumination of Objects in Space.) 4) The contractor shall have the ability to respond in-person within an hour for impromptu meetings and short notice test support at Kennedy Space Center. Additionally, the contractor shall be able to routinely travel to Patrick AFB and Cape Canaveral within an hour to support hardware development and system engineering activities. Performance Location: Contractor's facility, Patrick AFB, Kennedy Space Center, Cape Canaveral Air Station 1.2 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, Lt Col Aaron D. Judge, 129 Andrews St, Langley AFB, VA 23665-2769, phone number (757) 764-5372, facsimile number (757) 764-4400, E-mail address: aaron.judge@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) 1.3 SUBMISSION DETAILS: Vendors interested in responding to this announcement should submit unclassified technical capabilities statement via email NLT, noon, Eastern Standard Time (EST), on 14 August 2017, to Contract Specialist Ms. Michelle Riisma at michelle.riisma@us.af.mil AND Contracting Officer Mr. Jody Desormeaux at jody.desormeaux.1@us.af.mil. NO PHONE CALLS OR FAXES WILL BE ACCEPTED. In the event of CLASSIFIED information needing to be provided as part of the response, interested vendors MUST contact the POCs above for submission instructions. The Government will not award a contract solely on the basis of this Sources Sought, nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. Responses shall be limited to ten (10) pages. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. It is the submitter's sole responsibility to verify the e-file was received and can be viewed. 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 personnel 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. 1.4 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 paragraph 1.1 above. g) Contract vehicles that would be available to the Government for the procurement of the product and service to include General Service Administration (GSA), GSA OASIS, NIH, NASA SEWP, Federal Supply Schedules, 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.) h) 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), Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), Historically Black College or University or Minority Institution (HBCU/MI), 8(a) firm, an Indian Tribe or Alaskan Native Corporation or a large business based on the size standards above. 1.5 QUESTIONS: Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting POC stated in Para 1.3 above. Verbal, phone or fax questions will NOT be accepted. Answers to questions will be posted on the FedBizOpps website. Questions shall NOT contain proprietary or classified information. 1.6 SUMMARY: THIS IS A SOURCES SOUGHT to identify additional potential contractors that can provide non-personal services for the AFTAC for local advisory and assistance support (A&AS) for optics and laser research and development (R&D). The information provided in this announcement is subject to change and is not binding on the Government. AFTAC has not made a commitment to procure any of the services discussed and release of this Sources Sought 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/f0c68ca44a4538540ece737cf151a5dd)
 
Place of Performance
Address: 10989 South Patrick Drive, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN04619067-W 20170810/170808233508-f0c68ca44a4538540ece737cf151a5dd (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.