SOLICITATION NOTICE
A -- Unicorn Blue
- Notice Date
- 1/2/2020 8:23:01 AM
- Notice Type
- Presolicitation
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- FA8750 AFRL RIK ROME NY 13441-4514 USA
- ZIP Code
- 13441-4514
- Solicitation Number
- FA8750-20-R-1001
- Response Due
- 1/17/2020 12:00:00 PM
- Archive Date
- 06/30/2020
- Point of Contact
- Andrey Selyuzhitskiy, Phone: 3153304434
- E-Mail Address
-
Andrey.Selyuzhitskiy@us.af.mil
(Andrey.Selyuzhitskiy@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Air Force Research Laboratory, Information Directorate, Rome NY (AFRL/RI) has a requirement for�research, development, enhancement, and integration of technologies to develop digital signal processing capabilities that will scan through the Radio Frequency (RF) spectrum to detect high priority emissions, as well as research, develop and integrate technologies that will provide collection, detection, exploitation and geo-location capabilities of emerging signals of interest to various collection platforms. �The work will include providing real-time processing solutions and expanding the unique knowledge and experience base to automatically extract the contents of the transmissions and provide time-critical alerts and information on the signals collected. �Additionally, this effort will develop prototypes�that can be rapidly fielded, upgraded and transitioned to address current and emerging requirements. Anticipated deliverables include�technical documentation,�technical reports, software, and hardware. �A multiple award Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Research and Development contract is contemplated.� Cost-Plus-Fixed-Fee (CPFF) Orders may be issued under this contract.� The total ordering period for this contract will be sixty (60) months and the maximum contemplated ordering amount is anticipated to be approximately $49,900,000. The North American Industry Classification System (NAICS) code for this acquisition is 541715 and the size standard for small business is 1000 employees. At time of award, a successful offeror must have Top Secret facility security clearance at the prime level and at any tier where work will be performed. �Foreign Participation will be excluded at the prime contractor level. THE ENTIRE SOLICITATION WILL BE ISSUED ON THE BETA SAM WEB SITE AT http://beta.sam.gov.� The solicitation and any amendments will only be available by downloading the documents from Beta SAM.� All prospective Offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described work.� However, interested persons may identify to the Contracting Officer their interest and capability to satisfy the Government�s requirement with a commercial item within 15 days of this notice.� All responsible sources may submit a proposal in response to the RFP which shall be considered. The Draft Request for Proposal is expected to be posted for review and comment by potential Offerors in February 2020.� The formal solicitation is expected to be released in March 2020.� Any questions concerning clarifications of the terms and conditions should be communicated directly to the Contract Specialist, Andrey Selyuzhitskiy, at�andrey.selyuzhitskiy@us.af.mil, or the Contracting Officer, Andrew Clark, at�andrew.clark.25@us.af.mil.� Technical questions should be directed to the Program Manager, Daniel Robbins, at Daniel.Robbins.8@us.af.mil. Any contractual questions or questions concerning this Pre-solicitation Notice may be directed to the Contract Specialist or the Contracting Officer. In accordance with AFFARS 5301.91, 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.� Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer, Andrew Clark at (315) 330-3272, andrew.clark.25@us.af.mil, 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).� If resolution cannot be made by the Contracting Officer, the interested party may contact the ombudsman, Steven Ewers, 1864 4th Street, Wright-Patterson AFB OH 45433-7130, 937-255-5235, steven.ewers@us.af.mil.� Concerns, issues, disagreements, and recommendations that cannot be resolved at the 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.� The ombudsman has no authority to render a decision that binds the agency.� 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.� AFFARS clause 5352.201-9101, Ombudsman, will be incorporated into the resulting contract.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9973adcdfeda4790997d6bec81276ac1/view)
- Record
- SN05525711-F 20200104/200102230142 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |