Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 12,1998 PSA#2115

Phillips Laboratory, Directorate of Contracting, 2251 Maxwell Avenue SE, Kirtland AFB, NM 87117-5773

A -- NUCLEAR WEAPONS AND COUNTERPROLIFERATION ENGINEERING SUPPORT, NWCA98-NW02 SOL F29601-98-R-0013 POC Mr. Ross Garcia, (505) 846-6879; Mr. Ronald S. Lovato, (505) 846-2181 WEB: Click here to download a copy of the RFP., http://prs.plk.af.mil/PK/mainmenu.htm. E-MAIL: Click here to e-mail the Contracting Officer., brummer@plk.af.mil. The Air Force Research Laboratory, DET 8/PKAW, Directorate of Contracting, Kirtland AFB, New Mexico on behalf of the Nuclear Weapons and Counterproliferation Agency, intends to procure on a competitive basis Engineering Support, NWCA98-NW02, for the Nuclear Weapons and Counterproliferation Agency (AF NWCA). BACKGROUND: The Air Force Nuclear Weapons and Counterproliferation Agency (AF NWCA), Kirtland AFB NM, reporting to HQ USAF/XON, has primary technical and programmatic Air Force responsibility for joint Department of Defense (DOD) and Department of Energy (DOE) interface for counterproliferation and nuclear weapons activities. Activities include counterforce concept development and evaluation of intelligence weaponeering information for counterproliferation; nuclear weapon life extension development for operational deployment through retirement; and technical interchange participation/documentation with the NWCA customers and program stakeholders and for NWCA nuclear weapon and counterproliferation processes. OBJECTIVE: The contractor provides scientific, engineering, intelligence and simulation services; program management and technical support to the NWCA technical staff; and technical analyses and advisory support, and corroborating documentation throughout all phases of the Air Force NWCA managed counterproliferation and nuclear weapon development, acquisition and life extension activities. Driven by dynamic policy, limited resources, and new threat paradigms, these efforts provide the technical foundation of the nuclear weapons and counterproliferation counterforce studies, developments, decision packages, acquisitions, and life extension recommendations forwarded to HQ USAF/XON. GENERAL REQUIREMENTS: The Air Force NWCA leads the joint DOD and DOE nuclear weapons and counterproliferation counterforce assessments, deployment, development and solution support processes, ensuring the war planners' requirements are met. The contractor shall support the NWCA technical team to accomplish these efforts. The NWCA is seeking sources with scientific intelligence, weaponeering and engineering experience in: counterproliferation/counterforce technologies; nuclear weapons design, operation and effects; participating with/leading diverse technical teams; adapting and/or developing analysis technology to unique solutions; providing technical advice and oversight to diverse technical, programmatic and headquarters groups on complex counterproliferation and nuclear weapons matters; test and test analysis; computer code interfacing, modeling, validation, verification, and accreditation; target and intelligence requirements, assessment, and battle damage assessment; chemical, biological, and nuclear weapons analyses, and documenting complex technical efforts, studies and assessments. SCOPE: The scope includes program management and scientific/engineering technical tasking for both counterproliferation and nuclear weapon systems. Incumbent must provide services to support, perform, and/or manage: counterproliferation technologies and operations against nuclear, chemical and biological weapons, facilities and operations; independent oversight and advisement on chemical, biological and nuclear technologies; liaison with DOD, DOE and industry organizations and programs; systems integration of counterproliferation programs for technologies in the areas of biological/chemical/nuclear effects, simulation, counterforce weaponization, and assessment methodology; development and execution of deliberate planning analytical tools to support counterproliferation concepts; analytical studies using computer models for conventional/non-conventional weapons effects, nuclear weapons effects, consequence analysis and active defense; test analysis to support, upgrade and validate counterproliferation computer models; engineering support of counterproliferation and nuclear technologies ground and flight testing; technical studies, independent assessment capability, and technical support for counterproliferation and nuclear weapons working groups,process teams, and technical interchange efforts; engineering support for target and intelligence requirements; quality documentation to corroborate program status, scientific/engineering decisions, technical analyses, agreements and solutions to support all of AF NWCA managed nuclear weapon and counterproliferation data for nuclear weapon systems; environmental assessments, environmental analyses, current stockpile-to-target sequence, and current information for nuclear weapon systems; engineering support/analysis for testing; assessments of nuclear weapons storage facilities' lightening protection systems; independent assessment of nuclear life extension issues; and meeting documentation using MS office software. The anticipated contract will be Cost Plus Fixed Fee (LOE) for a period of performance of sixty (60) months (a basic 3-year period with 2 one-year options). TOP SECRET and/or SECRET clearances are required. The applicable SIC Code is 8711. Each respondent is required to provide a statement of capability demonstrating its ability to perform the above requirements. The statement of capability shall contain pertinent and specific information addressing the following areas: (1) Experience: An outline of previous projects, specific work previously performed or being performed and any in-house research and development effort relevant to the particular development specifications of this effort; (2) Personnel: Name(s), professional qualifications and specific experience of scientific, engineering and program management personnel who might be assigned to perform various areas of the subject effort; (3) Facilities: Availability and description of special facilities for performance in the technical areas under consideration. Responses are limited to no more than twenty (20) pages including program plan, attachments, diagrams, etc. Submit responses to : Mr. Ross Garcia, Air Force Research Laboratory, AFRL Det 8/PKAW, Directorate of Contracting, 2251 Maxwell Ave., SE, Kirtland AFB, NM 87117-5773, no later than 3:00 PM Mountain Daylight Time fifteen (15) calendar days after the date of this announcement. This notice of intent is not a request for competitive proposals. Foreign firms are advised they will not be allowed to participate. Firms responding are to indicate whether they are or are not a Small Business, a Small Disadvantaged Business, a Woman-Owned Business, a Historically Black College or University, a Minority Institution, an SBA 8(a) firm, an intragovernment organization, a Large Business, an educational institution, or a non-profit organization. The Government reserves the right to set aside this requirement for the Small Business Administration 8(a) Program, Small Disadvantaged Business, Small Business, or Historically Black Colleges and Universities/Minority Institutions based on responses to this synopsis. Offerors/Bidders must indicate their size qualifications under SIC 8711, size standard $2.5 million. All offerors are reminded that the new DOD final rule implements the Central Contracting Registration (CCR) as published in the Federal Register, Volume 63, No. 61 on 31 March 1998. This rule requires contractors to be registered in the CCR as of 1 June 1998 to be eligible to receive a contract award based on solicitations issued after 31 May 1998 from any DOD activity. Firms must register on a one-time basis and annually confirm accuracy and completeness of registration information. Instructions for CCR can be accessed at: http://ccr.edi.disa.mil/. Additional guidance is available at http://www.safaq.hq.af.mil/contracti. An Ombudsman has been appointed to hear concerns from offerors or potential offerors, primarily during the proposal development phase of this negotiated acquisition. The purpose of the Ombudsman is not to diminish the authority of the Program Director or Contracting Officer, or to communicate contractor concerns, issues, disagreements and recommendations to the appropriate government personnel in the pre-proposal phase of competitive, negotiated acquisitions. Before contacting 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 Ombudsman at the Air Force Research Laboratory (AFRL), Directorate of Contracting, Det 8/PK, Mr. Eugene DeWall, Deputy Director, by telephone at (505) 846-4979, or in writing at 2251 Maxwell Ave., SE, Kirtland AFB, NM 87117-5773. 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 nor in the source selection process. For contracting issues please contact Mr. Ross Garcia, Contract Specialist, at (505) 846-6879, or Mr. Ronald S. Lovato, Contracting Officer, at (505) 846-2181. For technical issues, please contact Mr. Michael Martinez, NWCA Counterproliferation (CP), at (505) 853-0479, or Ms. Kay Fick, NWCA Weapons Management (WM), at (505) 853-0795. (0161)

Loren Data Corp. http://www.ld.com (SYN# 0007 19980612\A-0007.SOL)


A - Research and Development Index Page