Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2010 FBO #3092
MODIFICATION

A -- Modeling Simulation Research and Development (MSRD)

Notice Date
5/11/2010
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related 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-0033
 
Archive Date
5/26/2010
 
Point of Contact
Michelle Raines, Phone: 3214947320
 
E-Mail Address
michelle.raines@patrick.af.mil
(michelle.raines@patrick.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a synopsis for a competitive services acquisition 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. The Air Force Intelligence, Surveillance and Reconnaissance Agency (AF ISRA) has been tasked to solicit for and award a project for Modeling and Simulation Research and Development (MSRD). This requirement is considered noncommercial in nature and any resultant contract will be awarded in accordance with FAR Part 15. The scope of work is as follows: non-personal services for scientific and technical support research and development in environmental experiemental chemistry and modeling. The contractor must demonstrate the capability to provide the following: (1) Environmental atmospheric chemistry modeling (2) Computational chemistry for determining reaction rates for key environmental reactions (3) Personnel must have the appropriate technical skills locally available for on-site support (4) Security clearances (TS/SCI) are required for this task (5) Enhance COTS/GOTS software, and evaluation techniques (6) Expertise in programming language, networking and operating systems, perform software programming and implementation on a number of programming, computer platforms and applications to include but not limited to Solaris Spark, Linux - Red Hat X64, IBM AIX Power 5+, Oracle RDMS, JAVA, JAVA script, Fortran, C, C++, HTML, JSP Ruby, Apache web server, Tomcat application server, Opentext Livelink, ObjectFX SpacialFX, SAS, Gaussian, Aces CQ, VMware, RMI and MS Windows Products and Platforms (9) Expertise in statistical and plotting software applications, such as SAS (10) Maintain and control the software and hardware 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 or to support the mission SECURITY REQUIREMENT: Successful offeror will be required to provide on-site local research and development requirements. The offeror must have the ability to have TS/SCI cleared personnel on-site to support mission activities to support MSRD requirements. In addition, offeror must demonstrate that the personnel are familiar with DoD security procedures for protecting classified material and working on secure systems at the Top Secret SCI, SECRET, and unclassified level in a controlled TS Sensitive Compartmented Information Facility (SCIF), as well as the ability and transportation to access a United States Air Force Installation. Personnel must have the ability to obtain an authorization to courier-classified data to and from secure facilities. An Indefinite Delivery Indefinite Quantity (IDIQ) contract will be awarded for a six year ordering period. Task Orders will be utilized. The minimum guaranteed amount for the contract is $50,000.00. The maximum amount for the life of the contract is $800,000.00. GOVERNMENT FURNISHED EQUIPMENT (GFE): GFE will be provided. This acquisition will be conducted on an unrestricted basis, without set-aside. The applicable NAICS code is 541519 and the size standard is $25M. The RFP will be available electronically on the FedBizOpps website only (https://www.fbo.gov) on or about 22 May 2010. Fax, telephone, written, or email requests for the solicitation package will not be honored. Contract award is anticipated for September 2010. It is anticipated that the contract will be awarded using Cost Plus Fixed Fee (CPFF) for research and development (R&D) CLINs to support tasks that cannot be easily quantified and are subject to outside influences driven by changes in analytical systems, and advancements in technology and incorporate minor enhancements with cost reimbursement CLINs for travel. Potential contractors must be registered in the Central Contractor Registry to be eligible for award (see 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 1-800-234-3867. 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. 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/A7K, 102 Hall Street, Ste 258, San Antonio, TX 78243-7091, phone number (210) 977-2453, facsimile number (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 Security (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/157f6e2bd02878437a804e9c2f96741f)
 
Place of Performance
Address: 1030 S. Highway A1A, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN02146081-W 20100513/100511234831-157f6e2bd02878437a804e9c2f96741f (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.