Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2010 FBO #3140
SOURCES SOUGHT

B -- EMS Decision Aid Production Tool (EDAPT)

Notice Date
6/28/2010
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Air Force, AF ISR Agency, AF ISR Agency/A7KR, 1030 S Hwy A1A (Bldg 989), Patrick Air Force Base, Florida, 32925-3002, United States
 
ZIP Code
32925-3002
 
Solicitation Number
FA702210R0003-EDAPT
 
Archive Date
7/29/2010
 
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
N/A
 
Description
DESCRIPTION: This is a Sources Sought synopsis for a competitive services acquisition (Reference FAR Part 37) as required by FAR Part 5.2. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. VENDORS SHOULD NOT SUBMIT FORMAL PROPOSALS UNTIL A FORMAL REQUEST FOR PROPSAL IS POSTED TO THIS WEBSITE. This requirement is considered non-commercial in nature and any resultant contract will be awarded in accordance with FAR Part 15. The Air Force Intelligence, Surveillance, and Reconnaissance Agency (AFISRA) is issuing this Sources Sought Notice for the O&M support developing the EMS Decision Aid Production Tool (EDAPT) for the Air Force Technical Applications Center (AFTAC). This Sources Sought Synopsis announcement market survey is for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. Performance will be conducted at Contractor's facility. This request for information is to gain knowledge of interest, capabilities, and qualifications of various companies to provide computer and meteorological support; to obtain meteorological data from databases and/or files, and setup and run a suite of transport and dispersion (T&D) models; run diagnostics on the model setups; analyze the model results; provide the capability to visualize the results and publish to various media; and enhance SCIPUFF's (Second-order Closure Integrated PUFF) model interface and improve SCIPUFF computational speed via software changes. 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 pieces of a single run of the SCIPUFF model 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., graphical user interfaces, 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 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 C, Fortran, Visual Basic, and Linux Cluster (Torque and MOAB) 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 visualization and publishing quality graphics and presentation 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 EDAPT 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 North American Industry Classification Systems (NAICS) Code proposed for the requirement is 541620. The size standard for NAICS 541620 is $7M. The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses, small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. The RFP will be available electronically on or about 15 Aug 2010 on this website only. Fax, telephone, written or email requests for the solicitation package will not be honored. A firm-fixed price (FFP) contract is anticipated. The anticipated contract is for a base year plus four (4) option years. 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 1-800-333-0505. All responsible firms may submit a proposal (after issuance of the RFP) and shall be considered for contract award. Award of this solicitation will be made utilizing Full Trade-Off source selection technique. 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 any costs associated with providing information in response to this synopsis or any follow-up information requests. 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, Ms. Veronica Solis, AF ISR Agency, 102 Hall Street, Ste 258, San Antonio, TX 78243-7091, 210-977-2453, FAX 210-977-6414, veronica.solis@us.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. If you are seriously considering submitting a proposal when a solicitation is released, please submit a Statement of Capabilities packet with brief information about your company and business size. The capabilities packages should be brief and concise, yet clearly demonstrates the ability to meet the stated requirements. Capabilities, facilities, experience or other available personnel as well as past performance on similar contracts should be included. The capabilities packet should be no longer than ten (10) pages including graphics, tables, or photographs. Please submit information electronically by 14 July 2010 to ATTN: Karen Hayes at karen.hayes@patrick.af.mil or by mail to Karen Hayes AF ISR Agency/A7KRB, 1030 South Highway A1A, MS 1000, Patrick AFB 32925. The anticipated start date is Jan 2011. NO PHONE CALLS WILL BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/588fc357b6bfe57ebbe34f575e4e6d35)
 
Place of Performance
Address: 1030 South Highway A1A, Patrick AFB, Florida, 32955, United States
Zip Code: 32955
 
Record
SN02190219-W 20100630/100628235232-588fc357b6bfe57ebbe34f575e4e6d35 (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.