SOURCES SOUGHT
R -- Operational Weather Squadron Support Services
- Notice Date
- 1/4/2008
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107, UNITED STATES
- ZIP Code
- 68113-2107
- Solicitation Number
- Reference-Number-F3HRA101042008
- Response Due
- 1/16/2007
- Point of Contact
- Eric Sullivan, Contract Administrator, Phone 402 294-5494, Fax 402 294-7280, - Jared Dostal, Contracting Officer, Phone 402-294-8940, Fax 402-294-7280
- E-Mail Address
-
eric.sullivan@offutt.af.mil, jared.dostal@offutt.af.mil
- Description
- **THIS NOTICE REPLACES NOTICE F3HRA101022008 IN ORDER TO REFLECT THE CORRECTION OF THE NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) CODE AND SMALL BUSINESS SIZE STANDARD TO 541512 AND $23M, RESPECTIVELY** This is a Sources Sought announcement only. This synopsis is issued for the sole purpose of the 55th Contracting Squadron to conduct Market Research in accordance with FAR Part 10. GENERAL DESCRIPTION: This effort is to seek qualified sources capable of providing weather and weather systems training, development of training materials and tools, continuing education systems support training, website development and maintenance, and installing upgrades to the Air Force Weather (AFW) standard information systems at Operational Weather Squadrons (OWS) located in the Continental United States (CONUS), Hawaii, and the Weather Schoolhouse (335 RSS/UOA) located on Keesler AFB, Mississippi. Systems support includes the development and maintenance of websites essential to the dissemination of weather information to Air Force, Army, Guard, Reserve, and other supported forces. Training includes providing classroom and on-the-job instruction essential for new AFW personnel to develop the necessary skills required to analyze and apply weather data effectively. The training provided at each OWS is driven by actual requirements and the needs of the trainee. Examples of the AFW standard information systems include the local area network, the OWS Production System II (OPS-II), the National Oceanic and Atmospheric Administration Portal (NOAAPort), the Open Principal User Processor Operation (OPUP), the Weather Product Management Distribution Systems (WPMDS), the Watches, Warning, and Advisories Management System (WWAMS), and associated databases and Air Force Weather Weapons Systems hardware/software. HOW TO SUBMIT: Respondents capable of performing this effort are requested to submit capability packages electronically via e-mail to eric.sullivan@offutt.af.mil. Packages should not exceed 10, one-sided, 8.5 x 11 inch pages, with one-inch margins and font no smaller than 10 point. Please include a page that identifies your company name, address, telephone number, point of contact with e-mail address, business size, Federal Cage Code, Data Universal Numbering System (DUNS), and Central Contractor Registration (CCR) status. Your company must be registered in On Line Representations and Certifications (ORCA). To register, go to http://orca.bpn.gov. Electronic files should be in MS Office format (Word, Excel or PowerPoint) and should not exceed 1 GB, in order for the e-mail to pass through the Offutt LAN. Offutt AFB has firewalls that prohibit certain attachments. When sending documents, please indicate the type of the document in the message of the e-mail and rename that attachment by changing the last character of the extension to an underscore. Example: capabilities.wpd should be renamed to capabilities.wp_. All packages should be UNCLASSIFIED material only. A verification e-mail will be sent upon receipt (as a reply to your e-mail). If you do not receive verification, contact Eric Sullivan at (402) 294-5494 for further instructions. When identifying the business size standard (if a small business) indicate whether the respondent is an 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, or women-owned small business. Respondents should also identify (if applicable) classification as a historically black college or university (HBCU), or minority institution (MI) as defined by the clause at DFARS 252.226-7000. The North American Industrial Classification System (NAICS) for this effort is 541512; Small business size standard is $23M. CAPABILITY PACKAGE AND EVALUATION: The Government will identify competitive firms by evaluating the capability packages using the evaluation criteria (19 questions) below. Each criteria will be rated as either pass or fail. A majority of the criteria must be rated as passing for an offeror capability package to be deemed as competitive. Potential offers should be specific in demonstrating/referring to their capabilities, experience, and ability to meet the requirements of the technical areas stated below. The capability package may include description of similar contracts that have been, or are being, performed (include the contract number, dollar magnitude, performance period, and point of contact with telephone number of any references) that fulfill one or more of the requested capabilities. CRITERIA: The following are the criteria that will be evaluated for meeting the CONUS OWS Domestic support requirements. 1. Ability to staff multiple personnel at multiple locations to support operational requirements. A list of the locations that will be supported under this effort are listed below. a. Offutt AFB, NE b. Scott AFB, IL c. Davis-Monthan AFB, AZ (2 separate sites) d. Barksdale AFB, LA e. Shaw AFB, SC f. Hickam AFB, HI g. Keesler AFB, HI h. Ft Huachuca, AZ 2. Ability to provide Secret level clearances for all personnel. 3. Ability to produce fine-scale, highly accurate weather forecast products, digital data fields, and services using all available observation, satellite, radar, lightning, analysis and forecast data in AFW and associated databases. 4. Ability to watch weather in their entire area of responsibility from one location, forecast, develop weather products, brief aircrews, and provide weather warnings. 5. Ability to collaborate with supported weather units and other OWS personnel. 6. Ability to provide weather and weather systems training. 7. Ability to perform continuing education systems support training. 8. Ability to perform classroom instruction and on-the-job training. 9. Ability to research and introduce new training developments, technologies and advanced distributed learning techniques. 10. Ability to provide technical assistance to develop and modify weather career field training and education plans. 11. Ability to provide support in developing and fielding of standardized training tools including qualification training materials. 12. Ability to develop, update, and perform maintenance on websites that will be used by the Air Force, Army, Guard, Reserve, and other supported services. 13. Ability to assist in planning, installation, testing upgrades, and maintenance of local area networks. 14. Ability to support the fielding and operation of standard hardware and software systems. 15. Ability to trouble-shoot system deficiencies, correct system problems, and provide non-routine configuration changes. 16. Ability to assist other systems personnel by providing computer systems support. 17. Ability to provide operational training on the employment of Army combat weather systems. 18. Ability to provide technical assistance to develop and implement operational training programs on the exploitation of weather impacts to U.S. Army operations. This RFI is not a commercial solicitation per FAR Part 12. This synopsis neither constitutes a Request for Proposal, nor does it restrict the Government to an ultimate acquisition approach. This Sources Sought should not be construed as a commitment by the Government for any purpose. Any information submitted by respondents to this sources sought is strictly voluntary and any offer submitted by such a firm will be evaluated without prejudice. The Government will not pay for any information that is submitted by respondents to this Sources Sought. Offerors should indicate their intent to submit a proposal if a Request for Proposal is issued and if their company will be a prime contractor, subcontractor, teaming partner, etc. Reponses are due by close of business, 5PM EST, on 16 January 2008. Questions should be addressed via e-mail to only the contract administrator or contracting officer. Discussions will not be conducted telephonically. CONTACT: Eric Sullivan, contract administrator, phone 402-294-5494, Fax 402-294-7280, e-mail eric.sullivan@offutt.af.mil; or Jared Dostal, Contracting Officer, Phone 402-294-8940, Fax 402-294-7280, Email jared.dostal@offutt.af.mil. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (04-JAN-2008). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 08-JAN-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/ACC/55CONS/Reference-Number-F3HRA101042008/listing.html)
- Place of Performance
- Address: Offutt Air Force Base (In addition to multiple other locations as listed in the description)
- Zip Code: 68113
- Country: UNITED STATES
- Zip Code: 68113
- Record
- SN01481240-F 20080110/080108224936 (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 |