Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2010 FBO #3043
SOLICITATION NOTICE

B -- AFTAC Modeling and Analysis Toolkit

Notice Date
3/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Air Force, AF ISR Agency, AF ISR Agency/A7KC, 1030 S Hwy A1A (Bldg 989), Patrick Air Force Base, Florida, 32925-3002, United States
 
ZIP Code
32925-3002
 
Solicitation Number
FA7022-10-R-0003--AFMAT
 
Archive Date
4/21/2010
 
Point of Contact
Leshan A Gardner, Phone: 321-494-5189, Karen Hayes, Phone: 321-494-6298
 
E-Mail Address
leshan.gardner@patrick.af.mil, karen.hayes@patrick.af.mil
(leshan.gardner@patrick.af.mil, karen.hayes@patrick.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SYNOPSIS FOR A COMPETITIVE SMALL BUSINESS SET-ASIDE SERVICES ACQUISITION (REFERENCE FAR PART 19) AS REQUIRED BY FAR PART 5.2. THIS IS NOT A REQUEST FOR PROPOSAL. VENDORS SHOULD NOT SUBMIT FORMAL PROPOSALS UNTIL THE RFP IS POSTED TO THIS WEBSITE. This requirement is considered noncommercial in nature and any resultant contract will be awarded in accordance with FAR Part 15. The anticipated contract will be a firm-fixed-price (FFP) type contract. The requirement is for a 5-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for operation and maintenance (O&M) efforts. The requirements for this acquisition is to: obtain data, setup and run a suite of models (i.e., interface, transport and dispersion (T&D), and visualization); run diagnostics on the model setups; analyze the model results; provide the capability to visualize the results and publish to various media. In order to successfully perform the required services, the contractor must be able to demonstrate the capability to provide the following: 1. Oracle database usage; 2. Creation, diagnostics, and maintenance of multiple model submissions with results manipulation software tools; 3. Expert in latest technique for moving, gridding, and/or contouring large data files (~ multiple gigabytes) quickly, and for processing the spatial, temporal, and ensemble results properties according to government requirements; 4. Contractor personnel must have the appropriate technical skills to understand various types of models (i.e., interface, T&D, and visualization) and their needs, workings, and results and show experience in relevant work within past three years. Past performance for relevant work completed in the past three years shall have been performed satisfactorily with no termination or default; 5. Company must have a Secret facility clearance with Secret safeguarding required; 6. Maintain model software (at a minimum AFMAT and SCIPUFF) and evaluation techniques; 7. Expertise in programming languages, networking and operating systems, perform software programming and implementation on a number of programming and computer platforms to include but not limited to Visual Basic, Linux Server and MS Windows Products and Platforms; 8. Expertise necessary to modify various T&D models (i.e. SCIPUFF) to improve model run-times; 9. Expertise in plotting software applications, such as Surfer8 and Google Earth; 10. Maintain and control the software configuration baseline; 11. Must be able to demonstrate clear and sound organizational and management methods; 12. Travel may be required as directed by the government to receive, training, and guidance or attend government meeting to support the mission. 13. Expertise necessary to modify and improve AFMAT as various components are modified (e.g., new weather data format); added (e.g., new T&D models); or improved (e.g., models run on Graphic Processing Units (GPU) cards vice Linux clusters). The National American Industrial Classification Standard (NAICS) code for this procurement is 541620. The size standard for NAICS 541620 is $7M. The RFP will be available electronically on or about 23 April 2010 on this website only. It is the responsibility of the prospective offerors to monitor the FEDBIZOPPS web site (https://www.fbo.gov) for the solicitation and amendments. Fax, telephone, written or email requests for this solicitation package will not be honored. (NO HARD COPIES OF THE SOLICITATION AND/OR AMENDMENT WILL BE ISSUED FOR ANY REASON). Anticipated award date will be on or around 30 June 2010. Potential contractors must be registered in the Central Contractor Registry to be eligible for award (See internet site: https://www.bpn.gov/ccr/default.aspx ). It is mandatory to obtain a DUNS number prior to registering in CCR by calling Dun & Bradstreet at 1-800-333-0505. All responsible firms may submit a proposal after issuance of the RFP and shall be considered for contract award. Proposals may be submitted via hard copy only. Award of this solicitation will be made utilizing the Price/Performance Trade-Off (PPT) Techniques whereas both past performance and price will be evaluated and award may be made to other than the lowest price. This synopsis does not constitute an IFB or RFP and is not to be construed as a commitment by the Government. The Government will not otherwise pay for either the information solicited or any required travel expenses. AFFARS 5352.201-9101, Ombudsman is applicable. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. If resolution cannot be made by the contracting officer, concerned parties may contact the AFISRA ombudsman, Mr. Brian Beaudine, AF ISR Agency, 102 Hall Street, Ste 258, San Antonio, TX 78243-7091, 210-977-2453, FAX 210-977-3012, brian.beaudine@lackland.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5af17a1d36379f3d9083ff73a92966a5)
 
Place of Performance
Address: 1030 South Highway A1A, Bldg 989, Patrick AFB, Florida, 32925-3002, United States
Zip Code: 32925-3002
 
Record
SN02100460-W 20100325/100324000057-5af17a1d36379f3d9083ff73a92966a5 (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.