Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2009 FBO #2600
SOURCES SOUGHT

A -- Integration, Demonstration, and Evaluation

Notice Date
1/6/2009
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8750-09-R-0032
 
Point of Contact
Robert Stadelmaier, Phone: 315/330-1726
 
E-Mail Address
Robert.Stadelmaier@rl.af.mil
 
Small Business Set-Aside
N/A
 
Description
Capable sources are sought to provide research and development (R&D) to AFRL/RI in multiple technology areas as described herein. Work will be conducted at Rome Research Site (RRS) and the Newport and Stockbridge Research Facilities located within a 35 mile radius of Rome, NY. Each research facility is unique and requires specialized expertise to perform its dedicated mission. The Communications Technology Laboratory is a Radio Frequency (RF) and general purpose, multi-use communications laboratory located in RRS, Bldg. 3. Laboratory facilities include two electro-magnetic (EM) anechoic chamber facilities (40 ft wide, 48 ft long, 32 ft high; 12 ft wide, 36 ft long, 12 ft high) with continuous frequency coverage from 50MZ to 18 GHZ, an Electronic Discharge (ESD) work station area, a number of project work areas for hardware and software development, and a small scale machine shop. The anechoic chamber facility provides an interface free electro-magnetic environment and is used to perform antenna pattern measurements and to evaluate various RF system parameters. Current work projects in the facility include: the Smart Radio Testbed which is developing and evaluating advanced signal processing techniques for insertion into the Joint Tactical Radio System and other software defined radio programs; the Remote Radio Testbed which designs and evaluates remote operation capabilities for a variety of military radio systems, and the Field Programmable Gate Array (FPGA) Rapid Prototyping project which is developing advanced communications and signal processing algorithms. A full complement of signal sources, test equipment and instrumentation is available to support the various technical projects. The laboratory has fiber optic connectivity to the inter-site microwave radio system from Bldg. 3 to the Stockbridge Research Facility and subsequently to the Newport Research Facility. The Newport Research Site is a far field antenna range primarily used to evaluate antenna systems installed on full size tactical airframes. This facility consists of two hilltop sites 7520 feet apart. The site consists of multiple elevated and ground reflection ranges; control rooms; office and hanger space; a limited machine shop; and data reduction facilities. Current airframe resources available include: an A-10, an F-15, two F-16s, an F-22, two F-35s, an SH-60 helicopter and sections of B-1, C-130 and KC-135 aircraft. The Stockbridge Research Site is a more generalized test range encompassing 300 acres of land. The facility has a 108 foot jib tower arching over a rotatable pedestal which is capable of supporting 140,000 pounds; two 600 foot runways; office and lab space; and a small machine shop capability. Current projects at this facility include: Radio Frequency Tomography experimentation; optical network connectivity experiments; and airborne networking research using small unmanned aircraft systems (SUAS). Respondents must demonstrate knowledge in FAA flight approval process, maintenance of SUAS and have flight certification. The availability of experienced technical personnel in the identified technology areas is essential to ensure timely, cost effective, and successful completion of the R&D effort in a safe manner. Safety is of paramount importance due to the rigging of large airframes, inert munitions, fuel tanks, antennas, and other large mechanical structures onto and off of support towers and positioners. Respondents must demonstrate knowledge/expertise in the following areas: antenna range testing, operations and maintenance; advanced antenna design, integration, and evaluation; communications signal processing; advanced communications environments; communications network design and administration; design and development of electronic hardware, equipment instrumentation, and measurement methodology; and software development and integration. An indefinite-delivery, indefinite-quantity cost-plus-fixed-fee (completion) type contract is contemplated with an ordering period of 60 months. The maximum contemplated ordering amount is anticipated to be approximately $30,000,000.00. The specific requirements for each order will be identified in individual work descriptions; however, the contemplated tasking under this effort is as follows: 1) Operate and maintain antenna test ranges and research facilities, participate in planning and conducting the integration of hardware, software, equipment, and instrumentation into technology experiments, demonstrations, and evaluation programs and field exercises; 2) Design and develop hardware, equipment, instrumentation and measurement procedures; and 3) Maintain, modify, upgrade, and operate equipment, hardware, instrumentation, and LANs/ WANs. Develop test plan documentation. Record, document, analyze, and evaluate technical data. Provide software development, maintenance, and upgrades. Provide technical project planning and coordination. Prepare and present formal and informal briefings. Attend technical meetings for the purpose of providing technical expertise. Provide mechanical design and drafting using computer aided design (CAD) software. Provide personnel with specialized skills to include welding, structural ironwork, rigging of large airframes and structures, operation of heavy construction equipment, and geodetic surveying. Conduct multi-path studies, range analysis, and propagation studies to establish measured data validity and repeatability. Provide engineering management, program management, resource management, and real property management functions. Approximately three (3) personnel with Top Secret SCI clearances will be required at time of award with the capability of integrating an additional three (3) individuals during performance. Responses to this sources sought are requested from small businesses and will be used for market research purposes and possible set-aside. Should the determination be made to select this as a small business set-aside, another notice will be posted reflecting such. The North American Industry Classification System (NAICS) code for this acquisition is 541712, 1,500 employees. Responses to this announcement should indicate whether they are a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, women-owned small business, historically black college or university (HBCU), or minority institution (MI) (as defined by the clause at DFARS 252.226-7000). As discussed at FAR 19.502-2(b)(1) and (2), in making small business set-asides, there must be a reasonable expectation that offers will be obtained from at least two responsible small business concerns and award will be made at fair market prices. Therefore, respondents should provide a statement of capabilities and information demonstrating management and technical experience on similar acquisitions and resources necessary to successfully compete for this award. This information will assist the Air Force in making a set-aside decision. Provide information explaining past experience for similar work within the past five (5) years. For verification of similarity, please include complete references, contract titles, dollar values, points of contact, and telephone numbers. In addition to the statement of capabilities, please provide answers to the following questions: (1) Does your company intend to submit a proposal in response to the upcoming solicitation as a prime contractor? (2) How many people does your company employ? (3) Will you need to hire additional personnel to perform this effort? (4) Is your company's cost accounting system approved by the DCAA or DCMA? If not, how would your company financially administer a cost-reimbursement type contract? (5) Are there any other factors concerning your company's ability to perform the upcoming effort that the Air Force should consider? (6) Is your company a foreign-owned/foreign-controlled firm and do you contemplate the use of foreign national employees on this effort? (7) Explain how your company will fill the TS SCI positions. (8) What is your company's Certified Contractor Access List (CCAL) number? All qualification packages must be addressed to the attention of Janis Norelli, Small Business Specialist, AFRL/RIB, at e-mail: janis.norelli@rl.af.mil, or the address referenced at the beginning of this notice, and must be received by 2:00 P.M., EST, on 4 February 2009. Responses must reference the solicitation number, and contain the respondent's Commercial and Government Entity (CAGE) code, email address, mailing address and FAX number. Large businesses are also encouraged to submit e-mails of intent to robert.stadelmaier@rl.af.mil should this effort not be selected as a small business set-aside. While the Small Business Specialist, Janis Norelli, is the focal point for receipt of the statements of capabilities, technical questions should be directed to the Laboratory Program Manager, Frances Rose, 315-330-2038 or e-mail frances.rose@rl.af.mil. Contractual questions should be directed to the Contract Specialist, Bob Stadelmaier, 315-330-1726, or e-mail robert.stadelmaier@rl.af.mil. In accordance with AFFARS 5301.91, an ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer, Doug Rosenthal, 315-330-1957, douglas.rosenthal@rl.af.mil, for resolution. AFFARS Clause 5352.201-9101 Ombudsman (AUG 2005) will be incorporated into the resultant contract. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the Ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the Ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The Ombudsman may refer the party to another official who can resolve the concern. Consulting an Ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). If resolution cannot be made by the Contracting Officer, concerned parties may contact the following AFRL Ombudsman: Susan Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130, phone 937-255-7754, fax 937-255-5036. Concerns, issues, disagreements, and recommendations that cannot be resolved at the AFRL level, may be brought by the concerned party for further consideration to the Air Force Ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. The Ombudsman has no authority to render a decision that binds the agency. Do not contact the Ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. Original Point of Contact Bob Stadelmaier, Contract Specialist, Phone (315) 330-1726, Fax (315) 330-1777, e-mail robert.stadelmaier@rl.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ab224db74f4c10a1065abf9f270ed080&tab=core&_cview=1)
 
Record
SN01727811-W 20090108/090106221102-ab224db74f4c10a1065abf9f270ed080 (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.