|
COMMERCE BUSINESS DAILY ISSUE OF MAY 5,2000 PSA#2594Department of the Air Force, Air Force Materiel Command, AFRL -- PL
"Directed Energy Directorate", 2251 Maxwell Ave, Kirtland AFB, NM,
87117 D -- OPERATIONS AND MANAGEMENT OF MAUI SUPERCOMPUTING CENTER (MSC) SOL
F29601-00-R-0005 DUE 060100 POC Barbara Steinbock, Contracting Officer,
Phone 505 846 2246, Fax 505 846 1546, Email steinbob@plk.af.mil WEB:
Visit this URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&ProjID=F29601-00-R-0-R-0
005&LocID=1122. E-MAIL: Barbara Steinbock, steinbob@plk.af.mil. PART:
U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D --
INFORMATION TECHNOLOGY SERVICES OFFADD: Air Force Research Laboratory,
Directorate of Contracting, 2251 Maxwell Avenue SE, Kirtland AFB, NM
87117-5773 SUBJECT: A -- OPERATIONS AND MANAGEMENT OF MAUI
SUPERCOMPUTING CENTER (MSC) SOL F29601-00-R-0005 DUE 01 JUNE 2000 POC
Ms Dee Sanchez, Contract Specialist, (505) 846-2537, Contracting
Officer: Barbara Steinbock, DET 8 AFRL/PKDB, 2251 Maxwell Avenue SE,
Bldg 499, Room 126, Kirtland AFB, NM 87117-5773, voice (505) 846-2246,
fax (505) 846-1546, e-mail steinbob@plk.af.mil; Source Selection Lead:
Capt Gary Puhek, AFRL/DEBI, voice (808) 874-1508, fax (808) 874-1640,
e-mail puhek@eagle.mhpcc.af.mil. DESC: F29601-00-R-0005 -- Sources
Sought Synopsis for _Operations and Management of Maui Supercomputing
Center (MSC)_. Information concerning this acquisition will be
available on the Electronic Posting System (EPS) http: www.eps.gov (use
the following path after the main web page is accessed: EPS for Vendors
/ USAF Offices / Air Force Material Command (AFMC) locations / AFRL --
Directed Energy Directorate, Kirtland AFB, NM _Posted Dates_). The Air
Force Research Laboratory, Directed Energy Directorate, Kirtland AFB,
NM is seeking sources for the MSC supercomputing contract to provide
operations, management, and business development of the MSC, currently
referred to as the Maui High Performance Computing Center (MHPCC),
facilities located at the Maui Research and Technology Park (MTRP) in
the town of Kihei on the island of Maui, Hawaii. The MSC is a
distributed center as part of the DoD High Performance Computing
Modernization Program. The assets that compose the MSC currently
include, but are not limited to, an IBM SP System with a computing
capability that consists of 699 processors, 388 GFLOPS, 250 GB total
memory, 5.8 TB disk storage, 20 TB on-line tape storage. In addition,
the center has a Silicon Graphics Onyx Reality Engine2 in support of 3D
graphics applications. The primary objectives of these assets is to
provide computational support to AFRL, Maui Space Surveillance Systems
(MSSS), the DoD High Performance Computing Modernization Office
(HPCMO), and other DoD users of the MDC high performance computation
facilities. Secondary objectives of these assets shall include, but are
not limited to: fostering technology exchange between U.S. industrial
and academic entities, maintaining the MDC educational outreach
objectives through the establishment of Cooperative Research and
Development Agreements (CRADA), as well as continual development in the
area of high performance computing technology in an effort to support
DoD supercomputing objectives. The contractor shall support and honor
any Cooperative Research and Development Agreements (CRADA) AFRL elects
to enter in an effort to support the secondary objectives of the MDC.
This contract will provide for both classified and unclassified
processing, including TS/SCI tasks. The contractual effort is
contemplated as a five-year indefinite delivery/indefinite quantity
(ID/IQ) effort beginning in FY01. The task orders contemplated for all
services under this effort, except program management, will be
Cost-Plus Fixed Fee (CPFF); the program management task orders are
contemplated to be Cost-Plus Award Fee (CPAF). Anticipated ordering
value is an average of $15M/year for five years or $75M (plus funds
required for a three-month contract phase-in period, if required).
Small businesses having the capability to perform this work are invited
to submit a Statement of Capability (SOC) to assist the Government in
making a set-aside decision. Based upon responses to this announcement,
the Government may elect to set aside this acquisition for small
businesses, qualifying 8(a) businesses, certified HubZone small
businesses, or historically black colleges, universities, and minority
institutions (HBCU/MI). All small businesses submitting Statements of
Capability should indicate whether they are a small, small
disadvantaged, 8(a), certified HubZone small businesses, or woman owned
businesses, or an HBCU/MI. Small Disadvantaged Businesses must be
certified by the SBA (contact your local SBA office or online at
www.sba.gov). The SIC code is 7376, size standard of $18.0M as defined
in FAR 19.101. The following criteria will be used in evaluating all
responses to the synopsis: (1) Experience in the past five years in
supercomputing operations and management related to assets and/or
technologies similar to those at the MSC in the areas of high
performance computing, development of scaleable software tools and
applications, image processing and visualization, and the transition of
these technologies to a leading edge, production environment; and (2)
Availability of an adequate number of qualified personnel to support
the effort. Include any other specific and pertinent information as it
pertains to this particular area of procurement that would enhance our
consideration and evaluation of the information. The Statements of
Capability will be limited to 15 pages not including resumes. An
original Statement of Capability and two (2) copies must be sent to the
Contracting Officer no later than 1630 (mountain daylight time -- MDT)
on 01 June 00. Foreign firms are advised they will NOT be allowed to
participate as the prime contractor. The operations, research, and test
data produced under a resultant contract may contain Military Critical
Technology List (MCTL) information whose export is restricted by the
Export Control Act (Title 22, USC, Section 2751, et seq.) or the Export
Administration Act of 1979, as amended (Title 50, USC, App. 40-1, et
seq.). Therefore, only offerors who are certified by the Defense
Information Service (DLIS) may submit proposals. Contact DLIS on-line
at http://www.dlis.mil/ccal or at DLIS, US/Canada Joint Certification
Center, Federal Center, 74 North Washington, Battle, MI, 49017-4312
(1-800-352-3572) as soon as possible. To be eligible to receive an
award of any contractual document, a firm is required to be registered
in the DOD Central Contractor Registration Database for awards after
31 May 98. Firms must register on a one-time basis and annually to
confirm accuracy and completeness of information. Either the Commercial
and Government Entity (CAGE) code or a Data Universal Numbering System
(DUNS) number will be used to identify the contractor to the paying
office. If a contractor proposes using an FFRDC as a subcontractor, it
must provide rationale in its proposal that supports the unique
capability of the FFRDC (FAR 35.017). An Ombudsman has been appointed
to hear significant concerns from offerors or potential offerors during
the proposal development phase of this acquisition. Routine questions
are not considered to be of _significant concern_ and should be
communicated directly to the Contracting Officer. The purpose of the
Ombudsman is not to diminish the authority of the Contracting Officer
or Program Manager, but to communicate contractor concerns, issues,
disagreements, or recommendations to the appropriate Government
personnel. The Ombudsman does not participate in the evaluation of the
proposals or in the source selection process. The Ombudsman for this
acquisition is Mr Eugene DeWall, Deputy Director of Contracting, Det 8,
AFRL/PK, (505) 846-4979, Gene.Dewall@plk.af.mil, 2251 Maxwell Avenue
SE, Kirtland AFB, NM 87117-5773. Organizational Conflict of Interest
(OCI) rules, procedures, and responsibilities, as described in FAR
Subpart 9.5 may be applicable to this contract and any resulting
subcontracts. If applicable, the general rules of FAR 9.505-1 through
9.505-4 would apply. AFRL will host an unclassified Pre-Solicitation
Conference at Kirtland AFB, NM on 19-20 Sept 00 in Building 201 from
0800-1700 MDT. The tentative agenda is as follows: 0730-0800 check-in;
0800-0930 AFRL briefings; 0930-1200 private sessions with potential
sources; 1200-1300 lunch; 1300-1700 continuation of private sessions
with potential sources. The time allocated to the private sessions
depends on the number of potential sources requesting sessions. Call Ms
Irma Aragon at (505) 846-5044, fax at (505) 846-6197, or e-mail at
aragon@plk.af.mil by 4:30pm MDT on Friday, 15 Sept 00 to schedule
Pre-Solicitation Conference attendance and private sessions. Please
include the following in your communication with Ms Aragon: name,
title, address, date and place of birth, and naturalization or alien
registration number, if applicable, of each representative. All
potential sources will be limited to two (2) attendees during the AFRL
briefings. There is a five (5) person limit during the private
sessions. The directions to Building 201 are as follows: enter Kirtland
AFB from the Truman Avenue gate; turn right on Aberdeen Avenue; turn
right on Kirtland Drive; Building 201 (AFRL Phillips Space Conference
Center) is located on the left-hand side at 1750 Kirtland Drive. Submit
all questions/comments electronically to both Ms Dee Sanchez at
sanchezd@plk.af.mil and Capt Puhek at puhek@eagle.mhpcc.af.mil.
Responses will be posted electronically at http: www.eps.gov. SEE NOTE
26. Posted 05/03/00 (D-SN451105). (0124) Loren Data Corp. http://www.ld.com (SYN# 0034 20000505\D-0009.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|