Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2005 FBO #1447
SOURCES SOUGHT

R -- SPECIALIZED SCIENTIFIC, ENGINEERING AND LABORATORY MANAGEMENT, SERVICES AND SUPPORT

Notice Date
11/10/2005
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 989), 1030 S. Highway A1A MS 1000, Patrick AFB, FL, 32925-3002
 
ZIP Code
32925-3002
 
Solicitation Number
Reference-Number-FA2521-05-SSELMSS
 
Response Due
11/30/2005
 
Archive Date
12/13/2005
 
Description
This is a sources sought synopsis (SSS) only. There is no solicitation available. This request is for planning purposes only, and it does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, or a Request for Quotes. It is not an indication the government will contract for the services contained in this SSS. The government shall not reimburse respondents for any costs associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this SSS. Similar information has previously been sought under the project names: Specialty Network Laboratory Capability (SNLC), Materials Technology Specialized Program Support II (MTSPII), and Materials Technology Specialized Program Support (MTSPS). This sources sought synopsis is somewhat a continuation of the previous announcements; this announcement has a title more descriptive to the scope of the actual work contemplated in hopes of clarifying and developing the concepts and needs. If you have previously responded to the SNLC, MTSPSII or MTSPS sources sought or requests for information announcements, please respond again. The US Air Force is seeking information on contractor firms capable of providing the support described below and also capable of handling Top Secret data in support of programmatic functions in the performance of both Core Support Areas #1 and #2 described as follows. Core Support Area #1. Firms having expertise in and able to provide services in all of the following areas: 1) Prepare strategic plans to address programmatic and budgetary management documents to ensure program success; 2) Operate and manage specific laboratory functions at the sponsor laboratory facility; 3) Provide statistician services for data trend analysis, report preparation, reduction of raw data, statistical tools, and other related functions; 4) Provide technical services in the following disciplines: (A) nuclear engineering analysis; (B) particle transport analysis; (C) nuclear and particle physics; (D) specialized laboratory equipment design and analysis; (E) chemical engineering and related disciplines; (F) inorganic, organic, analytical, physical, and biological chemistry; (G) molecular and microbial biology; (H) virology; (I) immunology; (J) biological engineering; (K) mechanical engineering and related disciplines; and (L) aerobiological modeling and meteorological support; 5) Information technology (databases, workgroup manager duties); and 6) Preparation, development and implementation of field-test plans and/or integration of Government assets/initiatives into outside agency field tests to include general field test support and, 7) Provide generalized air sampler and sampler platform services for the Government. Core Support Area #2. Firms able to obtain the required expertise in and be able to support the performance of cutting edge requirements through the use of subcontractors experienced with scientific disciplines and descriptions such as: (1) Molecular biology to include genetic screening real time PCR techniques, genetic sequencing, and micro-array technologies; (2) Microbial culture; (3) Immunology to include protein screening, mass spectrometry technologies (including MSnth technologies); (4) Separation of biological materials of interest from complex sample matrices; (5) Meteorological support to include models of transport and diffusion processes; and (6) Additional technical areas of interest that may arise during any future technical performance period. Firms responding should relate: (1) their experience in all of the items of Core Support Area #1; and (2) their experiences or familiarities with the items of Core Support Area #2 to the extent where they would have the capability to knowledgeably subcontract for and manage the services in an ever-changing environment that allows for rapid sourcing from additional firms/laboratories as new technologies and capabilities are identified. The information that the Government is requesting regarding the services described in Core Support Area #2 also relates to the experiences a firm would have and the approach they would utilize in managing a broad range of highly complex research, development and scientific services (i.e., the Core Support Area #2 services) along with the flexibility to permit new services, firms and/or laboratories to be brought on board via the sub-contracting process. Prospective firms are encouraged to submit a brief capability summary or outline (suggested length: 3-5 pages) describing the firm?s expertise and related experiences in meeting the requirements stated above to the contract specialist: daniel.gill@patrick.af.mil. A top secret clearance is required. If you have previously responded to the identified predecessor announcements, please respond again. Firms should indicate whether they are small, small disadvantaged, woman-owned, veteran-owned, service-disabled veteran-owned, HUBZone certified, or a Historically Black College or University or Minority Institution. Respondents should include their assigned Commercial and Government Entity Code. Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Due to the nature of this potential effort, no foreign country sources will be considered. Sources are requested to also include the Government assigned company Facility Code (also called Cage Code) for the applicable facility and stage facility that would safeguard any classified data supplied by the Government. When further information about this announcement, to include the previous announcements identified above, is applicable and appropriate regarding the plans that may result in an acquisition, such information (e.g. RFP) will be announced via this same website. This is NOT a Request For Proposal (RFP), and it is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. No written or telephone requests for a solicitation package or further information will be accepted nor responses made. However, the Government may seek clarifications from respondents, as necessary, by telephone.
 
Place of Performance
Address: Patrick AFB,FL
Zip Code: 32925
Country: USA
 
Record
SN00930493-W 20051112/051110212105 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.