Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 9,1995 PSA#1280

PL/PKLB, Lasers & Imaging Contract Division 3550 Aberdeen Avenue SE Kirtland AFB, NM 87117-5776

A -- MISSION LEVEL SYSTEMS ANALYSIS SOL F29601-95-R-0018 POC Janice K. McConaha, Contracting Officer, (505) 846-9691 Allen Gunther, Program Officer, (505) 846-0377. PHILLIPS LABORATORY/PKLB, Directorate of Contracting, Bldg 415, Room 203, Kirtland AFB, NM 87115-5776 R-MISSION LEVEL SYSTEMS ANALYSIS SOL F29601-95-R-0018 POC: Janice K. McConaha, 505/846-9691. This is a manpower support, sources sought for Statement of Capabilities. The Phillips Laboratory (PL) is considering soliciting for contractors to perform impartial mission level studies and analyses in all technology areas of concern to the Phillips Laboratory. Mission level systems studies and analysis may include the definition, development, and evaluation of space and missiles, geophysics, and advanced weapons technologies. Mission level studies and analysis may include any aspect of any Phillips Laboratory technology area. Supporting studies and analysis may include other technology areas to provide comparative baselines. Studies and analyses shall be initiated and conducted in response to approved subtasks issued under this contract by the Studies and Analysis Division. Studies and analyses shall be directed to evaluate both current and advanced technologies. Contractor evaluate/performance shall identify mission performance characteristics, concept feasibility, concept definition, technology trades, system trades, mission measures of effectiveness, comparative cost analysis, benefit versus risk analysis, and supportability analysis as functions required in approved subtasks. The period of performance is anticipated to be 60 months. All program work will be performed at the contractor's facility. The Government is considering a cost-reimbursement type contract. Interested firms should provide the Contracting Officer, as early as possible, but not later than 30 calendar days after publication of this notice, evidence of their capability to perform the contract given the requirements. CBD Numbered Note 25 must be satisfied by all small businesses responding to this notice. Note 25 is as follows: '' Information submitted should be pertinent and specific in the technical area under consideration, on each of the following qualifications (1) Experience: an outline of previous projects, specific work previously performed or being performed and any in-house research and development efforts, (2) Personnel: Name, professional qualifications and specific experience of scientist, engineers and technical personnel who may be assigned as principal investigator and/or project officer, (3) Facilities: Availability and description of special facilities required to perform in the technical area under consideration. A statement regarding industrial security clearance. Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the information submitted. The level of classification for this effort will be secret, a secret facility clearance will be required. Submit only unclassified information for consideration and evaluation. Foreign firms should be aware restrictions do apply which could preclude their participation in this contract. Only interested small businesses need include a statement of capabilities to assist the Air Force in making a set-aside decision. Statement of Capability (SOC) responses will be evaluated to determine their ability to: (1) Provide specific expertise/experience, analysis relative to concept feasibility, concept definition, technology trades, system trades, mission measures of effectiveness, comparative cost analysis, benefit versus risk analysis, and supportability analysis, (2) Ability to provide one or more contractor personnel having experience as Sr. Analyst (An individual having either a Doctoral Degree or 10 years experience in a required scientific or research area), Research Analyst (An individual having a Degree or 10 years experience in a required scientific or research area), Program Manager (An individual having either a Doctoral Degree or 10 years experience in a required scientific or research area in addition to 2 years experience in managing R&D technical efforts), and a Computer Analyst (An individual having a BS Degree or 5 years experience in a computer programming or computer analyst area). (3) The ability to perform system and subsystem mission level studies and analyses including missiles, launch vehicles, hypersonic vehicles, orbit transfer/maneuvering vehicles, satellites, ground support systems, and ground, sea, air and space launch systems, strategic and tactical systems, autonomous navigation, rapid guidance initialization, inertial testing, precise satellite positioning, motion-sensitive instrumentation, launch site characterization for mobile inter-continental ballistic missiles (ICBMs), nuclear test monitoring, environmental effects, optical and infrared (IR) technology, and the transmissivity of the atmosphere. (4) System and subsystem level studies and analyses to further the research and development of advanced weapons, identification and characterization of potential targets of advanced weapons, vulnerability of Air Force systems to current and projected future weapons, vulnerability of Air Force systems to the natural and enhanced hostile radiation environments, and means of mitigating the effects of weapons and the hostile radiation environment to Air Force systems. The technical qualifications response will be limited to a maximum of 25 pages excluding resumes and must be received not later than 30 calendar days after the date of publication of this notice. An original Statement of Capability and two (2) copies should be sent to Phillips Laboratory, Directorate of Contracting/PKLB, Attn: Janice K. McConaha, 3550 Aberdeen Ave SE, Building 415, Room 203, Kirtland AFB, NM 87115-5776. A specific mailing address for a solicitation (RFP) is required as part of the response to this synopsis. Also, firms responding are to reference this solicitation number F29601-95-R-0018, and indicate whether they are, or are not, a small business, 8(a) firm, a socially and economically disadvantaged business, a woman-owned business, a Historically Black College or University or a Minority Institution. The Government reserves the right to set-aside this requirement for 8(a), small business, small disadvantaged business, or Historically Black Colleges and Universities/Minority Institutions based on responses to this synopsis. Interested contractors must indicate whether they qualify as a small business under Standard Industrial Code (SIC) 8731, size standard 1000 employees. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements and recommendations to the appropriate government personnel. Before contracting the ombudsman, potential offerors should first communicate with the Contracting Officer. In those instances where offerors cannot obtain resolution from the Contracting Officer, they are invited to contact the PL ombudsman, Colonel Dayton L. Silver, Phillips Laboratory Vice Commander, at (505) 846-4964, or at 3550 Aberdeen Avenue SE, Kirtland AFB, NM 87117-576. The alternate PL ombudsman is Bruce Grunsten in the Directorate of Contracting at (505) 846-8273, or at 3651 Lowry Street SE, Kirtland AFB NM, 87117-5777. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The ombudsman does not participate in the evaluation of proposals or in the source selection process. For Contracting issues, please contact Janice K. McConaha at (505) 846-9691. For technical issues, please contract Allen Gunther at (505) 846-0377. (0038)

Loren Data Corp. http://www.ld.com (SYN# 0017 19950208\A-0017.SOL)


A - Research and Development Index Page