Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2007 FBO #2057
SOURCES SOUGHT

D -- REHOST Air Traffic Control

Notice Date
7/13/2007
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-FA9302-07-F-M011
 
Response Due
7/27/2007
 
Archive Date
12/30/2007
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT; A MARKET SURVEY FOR INFORMATION ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS. THE PURPOSE OF THIS SYNOPSIS IS TO GAIN KNOWLEDGE OF POTENTIALLY QUALIFIED SOURCES AND THEIR SIZE CLASSIFICATIONS (SMALL BUSINESS, LARGE BUSINESS, ETC.) PLEASE DO NOT REQUEST A COPY OF A SOLICITATION, AS ONE DOES NOT EXIST. The Air Force Flight Test Center is seeking sources for an anticipated requirement for maintenance, modernization, development and integration support of the Northrop-Grumman Corporation Galaxy Radar Processing and Display Application Air Traffic Control software, and the Radio Control Switching System software. These two systems interact, and must be operated simultaneously while undergoing change and system integration. On and off-site locations include: Edwards AFB, CA and USN NAWC-WD China Lake, CA. Ability to obtain security clearance to Top Secret will be required. Technical services will include systems analyst support and telephone support 7 days per week, 24 hours per day to correct operational problems; structured systems design and development methodology to implement new requirements; and regression testing of solutions against existing hardware, software, and specifications. High system reliability, availability, and maintainability are of key importance. Potential respondents must show that they have complete access, control and usage rights of proprietary software applicable to this requirement (including but not limited to Solaris 8 and Solaris 10). In addition, one or more license agreements and non-disclosure agreements may be necessary. Provide no more than three (3) references for no more than three (3) of the most recent and relevant contracts performed within the last three (3) years. Include name, address, telephone number, and e-mail address of references. Also, provide a brief description of the work performed, contract number, total contract value, and period of performance. Contracts must be same or similar to the work described in the SOW. Responses shall be limited to 15 pages and should include, as a minimum, (1) evidence of past experience, (2) related projects and /or existing systems, etc; and (3) business size as described above. Industry demonstrations may be held for interested sources that submit responses. REQUIREMENTS It is anticipated that a fixed-price award fee contract will be awarded. The period of performance will consist of a one-year basic period with four one-year options. Contract award is estimated to take place September 2007. All respondents are reminded of the required Central Contractor Registration (CCR) requirement to be considered eligible for any potential Department of Defense contracts. CCR registration information can be obtained at www.ccr2000.com. The NAICS code is 541511 with a SBA size standard of $21 million. Please note that this synopsis is for planning purposes only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Government. However, all interested parties who believe they can meet the requirements are invited to submit in writing complete information describing their ability to provide the services above. Firms responding to this notice must identify their company?s capabilities to perform the requirements described herein, reference the solicitation number and indicate whether or not you are a small business concern as defined in FAR 52.219-1. The information received as a result of this synopsis will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Air Force not to open the requirement to open competition, based on response to this sources sought synopsis, is solely within the discretion of the Air Force. The Government does not intend to pay for any information provided under this sources sought synopsis. It is anticipated that a Firm Fixed Price contract will be awarded in September 2007. To submit product information and how it will meet the above requirements, please comply with the following: All responses may be sent via e-mail cynthia.randall@edwards.af.mil or mailed to AFFTC/PKEAB, 5 South Wolfe Ave, Edwards AFB, CA 93524-1185, Attention: Cynthia Randall, phone number 661-277-8450, FAX Number: 661-277-0470, please verify receipt of fax via email or contact the Contracting Officer, Teresa Weber via e-mail teresa.weber@edwards.af.mil, phone number 661-277-8436 for additional information. Responses to this sources sought synopsis are due in the office by Close of Business (COB), 27JUL06.
 
Place of Performance
Address: Bldg 2580, 100 Sparks Road, Edwards AFB, CA
Zip Code: 93523
Country: UNITED STATES
 
Record
SN01341877-W 20070715/070713221025 (fbodaily.com)
 
Source
FedBizOpps 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.