Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 3,2000 PSA#2656

Department of the Air Force, Air Force Space Command, 45CONS (Bldg 989), 1030 S. Highway A1A MS 1000, Patrick AFB, FL, 32925-3002

B -- SEISMIC ANALYSIS AND EVALUATION SUPPORT SOL F08650-00-AR-T0135 DUE 081800 POC Linda Kelly, Contract Specialist, Phone 321-494-8371, Fax 321-494-5403, Email linda.kelly@patrick.af.mil -- Zoe Sargent, Contracting Officer, Phone 321-494-4556, Fax 321-494-5403, Email WEB: Visit this URL for the latest information about this, http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&ProjID=F08650-00-AR-T0135&LocID=862. E-MAIL: Linda Kelly, linda.kelly@patrick.af.mil. The Air Force Technical Applications Center (AFTAC), Patrick Air Force Base, FL, is seeking sources to provide support to perform final analysis and source evaluation of regional seismic, teleseismic, and hydroacoustic data, to document individual seismic station performance and to review AFTAC historical documents as directed by Presidential Executive Order 12958. The period of performance will be a basic year and two one-year options. The place of performance is Patrick AFB, FL. The only known source is ENSCO, Inc. AFTAC processes, analyzes, and evaluates regional seismic data and teleseismic data, on the National Data Center (NDC) computer platform, consisting of Sun workstation UNIX-based technology. The regional seismic data analysis and evaluation requires 24 hour-per-day, 7 days-per-week coverage. The contractor performance shall include the following: (1) Seismic analysts/evaluators must accurately determine magnitudes and hypocenters of seismic events; (2) judge individual station signal quality for each event and properly include or exclude stations from an event location and/or magnitude based on signal quality; (3) qualified analyst/evaluator must determine, to the extent possible, whether seismic events are natural or explosive in nature; (4) must have a thorough understanding of regional seismic and teleseismic discrimination concepts; (5) must have the ability to perform regional seismic analysis and source evaluation for selected areas, and combine these results with teleseismic techniques over a larger worldwide seismic network to achieve improved results; and (6) maintain the existing reference file of seismic and hydroacoustic data collected in support of various treaty monitoring requirements that have been meticulously refined in terms of accuracy and completeness through a combination of effort by AFTAC and contractor personnel. This reference file is populated by the results of the regional and teleseismic final evaluation which will be performed by the contractor analysts/evaluators. Over the years, AFTAC has generated many technical reports, analyses, studies, handbooks, guides and manuals, most of which are classified. Presidential Executive Order 12958 requires these documents be reviewed to determine their ongoing status. The contractor must possess a detailed knowledge of AFTAC's history, familiarity with their scientific/evaluation techniques and AFTAC/governmental archival techniques, and its classification guides is necessary. Interested contractor must have an established and documented expertise in seismic analysis and seismic source evaluation for a minimum of 5 years of the previous 7 years. Due to the sensitive nature of this task, special surveillance will be required along with the inclusion of consent to subcontract Federal Acquisition Regulation (FAR) clauses. Subcontracting cannot exceed 25% of this task. Sources must have current and active Top Secret/SCI security clearances. All sources capable of providing these services are invited to submit appropriate documentation, references, technical capabilities statements and appropriate documentation to support they possess the required experience and capabilities to meet or exceed stated requirements that demonstrates a thorough understanding of this requirement. If interested sources utilize sub-contractors, a plan to comply with the above stated criteria should be submitted. Sources must provide resumes along with proposal of key personnel currently on staff who would be responsible for execution of these tasks. The applicable SIC code and size standard are 8711/$20.0M. Responses must provide the following: (1) name and address of firm; (2) size status in relation to the applicable Standard Industrial Classification (SIC) Code 8711 (size standard $20.0M); (3) address if they are large, small, 8a, woman owned, certified Hubzone or otherwise classified as a small disadvantaged business in their response; (4) number of years in business; (5) technical capabilities; (6) present and past experience; (7) security clearances, and (7) subcontracting arrangement. Responses shall be submitted to 45 CONS/LGCDB, Attn: Linda Kelly, 1030 South Hwy A1A, MS 1000, Patrick AFB, FL 32925-3002 by COB 18 August 2000. This synopsis is intended to identify sources of service for information and planning purposes only, and is not to be construed as a commitment by the government. The government does not intend to award a contract on the basis of this sources sought announcement or otherwise pay for information requested. Respondents will not be notified of the results of this sources sought synopsis. Availability of any formal solicitation will be announced separately. Direct all questions to the attention of Linda Kelly at 321-494-8371 or email Posted 08/01/00 (D-SN480800). (0214)

Loren Data Corp. http://www.ld.com (SYN# 0012 20000803\B-0005.SOL)

B - Special Studies and Analyses - Not R&D Index  |  Issue Index |


Created on August 1, 2000 by Loren Data Corp. -- info@ld.com