Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 5, 2000 PSA #2678
SOLICITATIONS

A -- INTEGRATION, DEMONSTRATION & VALIDATION TECHNOLOGY SERVICES

Notice Date
August 31, 2000
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL -- PL "Space Vehicles Directorate", 2251 Maxwell Ave, Kirtland AFB, NM, 87177
ZIP Code
87177
Solicitation Number
F29601-00-R-0004
Point of Contact
Shari Barnett, Contracting Officer, Phone (505) 846-6189, Fax (505) 846-6022, Email shari.barnett@kirtland.af.mil -- Shari Barnett, Contracting Officer, Phone (505) 846-6189, Fax (505) 846-6022, Email
E-Mail Address
Shari Barnett (shari.barnett@kirtland.af.mil)
Description
The Air Force Research Laboratory, Space Vehicles Directorate, intends to issue a Request for Proposal, containing two Statements of Work (SOW), to solicit proposals from only small businesses for the upcoming IDVTS efforts. Up to four, five-year Indefinite Delivery/Indefinite Quantity (ID/IQ) contract(s) with Cost Plus Fixed Fee (CPFF) type task orders is contemplated. SOW-1 (one award) covers the technical objectives discussed below and will require performance primarily at the Aerospace Engineering Facility (AEF) located on Kirtland AFB NM and some remote locations, such as Holloman AFB NM. SOW-2 (up to 3 awards) contains the technical objectives discussed below excluding the requirements to provide integration and facility services, integration and test at the satellite and satellite system level, and business development. (Additional information regarding the technical objectives is available in the Sources Sought Synopsis.) Performance for SOW-2 will take place primarily at AFRL/VS facilities (Kirtland AFB NM only). Only one contract and subsequent task orders will be awarded for SOW-1. The selected offeror for SOW-1 must be able to perform SOW-2, as it will automatically receive a contract for SOW-2. This acquisition is to replace capabilities previously provided under contracts F29601-96-C-0113 and F29601-96-D-0034 for similar work. There will be a 30-day transition period should award be made to other than the incumbents. The technical objectives of this effort are (1) Integration and Test Facility Services, (2) Engineering Services, (3) Performance and Mission Analysis, (4) Design, Fabrication and Assembly, (5) Integration and Test, (6) Mission Services and (7) Program Management and Administration. The anticipated ceiling of each contract is $49.9M each over a five-year period. The total value of all task orders issued under all contracts awarded as a result of SOW-1 and SOW-2 will not total more than $49.9M through the period of performance. An Organizational Conflict of Interest clause will be included in all contracts. It is anticipated that Government Furnished Property will be provided as base support. Small businesses submitting a proposal should indicate whether they are a small, small disadvantaged, 8(a), or woman-owned businesses, or an HBCU/MI. The applicable Standard Industrial Classification Code is 8731, with a size standard of 1,000 employees as defined in FAR 19.101 and 19.102. The RFP is anticipated to be issued on or about 22 September 2000 at http://www.eps.gov (use the following access path: EPS for Vendors; Agency: USAF _ Offices_; Office: Air Force Materiel Command (AFMC) _ Locations_; Location: AFRL_PL-Space Vehicles Directorate, KAFB NM_ Posted Dates_.) Pre-solicitation Conference: A pre-solicitation conference will be held on 6 Sep 00 at the Air Force Research Laboratory Conference Center (Bldg 201), Kirtland Air Force Base, New Mexico 87117. Sign-in will commence at 0800 hours with briefing to follow at 0830 hours. Following the briefing, site visits will be conducted. COMPANIES ARE LIMITED TO TWO (2) ATTENDEES. Interested companies are invited to submit to Ms Kelly Janssen, via e-mail at kelly.janssen@kirtland.af.mil or fax (505) 846-7549, names, addresses and phone numbers of attendees NLT 1 Sep 00. This meeting is restricted to US citizens only and the attendees are required to send a visit request to Kelly Janssen. Should attendees desire a one-on-one briefing, 15-30 minutes in length, with Government technical personnel, indicate this information in your e-mail/fax request. Other Information: Foreign firms are advised that they will not be allowed to participate in this acquisition as the possible prime contractor(s). The operations, research and test data produced under a resultant contract(s) 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.). Only those companies who are on the Qualified Contractors Access List (QCAL) may receive such information. Request certification and registration from the Defense Logistics Information Service, Federal Center, 74 Washington Ave., North, Battle Creek MI, 49017-3084 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. Firms must register on a one-time basis and annually to confirm accuracy and completeness of information. Either Commercial or 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 mediate concerns from offerors or potential offerors during the pre-proposal phase of competitive, negotiated acquisitions. The Ombudsman does not participate in proposal evaluation or contractor selection. The Ombudsman can induce responsible acquisition officials to respond to concerns, but cannot usurp the authorities of the Project Manager or Contracting Officer. When requested, the Ombudsman will maintain the confidentiality of sources. The Ombudsman at Phillips Research Site is Lt Col Robert Gillette, Deputy Director of Contracting, Det 8 AFRL/PK, 2251 Maxwell Ave SE, Kirtland AFB, NM 87117-5773; (505) 846-4979. Before contacting the Ombudsman, potential offerors should first refer contracting concerns to the Contracting Officer or refer technical concerns to the Project Officers, Brian Whitney (SOW-1) at 505-853-3507 or Capt. Joel Gussy (SOW-2) at 505-846-4949. Offerors that download the RFP must monitor the website for potential changes to the acquisition. RFP amendments and other information will be posted exclusively on the website. Offerors are reminded of the requirement to acknowledge all amendments in their proposal. Should businesses not have access to the website, requests for paper copy of the solicitation should be addressed to the Contracting Officer and shall include company name, company POC, phone number and mailing address. NOTE 26
Web Link
Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=M&ProjID=F29601-00-R-0004&LocID=2682)
Record
Loren Data Corp. 20000905/ASOL003.HTM (D-244 SN492414)

A - Research and Development Index  |  Issue Index |
Created on September 1, 2000 by Loren Data Corp. -- info@ld.com