Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2010 FBO #3206
SOURCES SOUGHT

R -- AF ISR Agency/A7KRA is issuing this sources sought notice to support a forthcoming requirement to provide technical analytic support to a division within the organization tasked with developing capabilities and conducting requirements analyses to support

Notice Date
9/2/2010
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical 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
FA7022-10-CRAI
 
Archive Date
10/2/2010
 
Point of Contact
Luis F Chaves, Phone: 3214941667
 
E-Mail Address
luis.chaves@patrick.af.mil
(luis.chaves@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 Sources Sought Synopsis announcement market survey is for information only, to be used for preliminary planning purposes. 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 PROPOSAL 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. AF ISR Agency/A7KRA is issuing this sources sought notice to support a forthcoming requirement to provide technical analytic support to a division within the organization tasked with developing capabilities and conducting requirements analyses to support the DoD Joint Capabilities Integration and Development and System (JCIDS) within the Air Force ISR Agency (AFISR). This effort provides capabilities and requirements development for Capabilities Based Assessments (CBAs) as detailed in CJCSI 3170.01 and the development of pre-milestone A acquisition documentations such as Initial Capabilities Documents (ICDs), Joint Capabilities Documents (JCDs), System Requirements Documents (SRDs), and Capability Requirements Documents (CCDs). This support effort includes the necessity to effectively support the completion of the Material Solutions Analysis (MSA) phase of the JCIDS process with the appropriate application of Operations Research methods, Modeling, Simulation, and Analysis (MS&A) techniques, along with complete life cycle cost analysis. If you have an interest in bidding on this work please provide answers to the following questions. 1. Do you have facilities in the local area? What is the address of these facilities? 2. Do you have experience with CBAs - specifically the FAA and FNA portions of a CBA and practical experience conducting AoAs? What is your past experience? 3. Do you have subject matter expertise related to the AFISRA mission portfolio? What is this expertise? 4. Do you have experience in Cost/Effectiveness evaluations? What is your experience? 5. Do you have Modeling & Simulation Experience? What is your experience? 6. Do you have experience developing Scenarios? What is your experience? 7. Do you have any experience with JCIDS, specifically writing Joint Capabilities Documents (JCDs) or Initial Capabilities Documents (ICDs) and have experience vetting them through the validation and approval process for both the Joint Requirements Oversight Council (JROC) and the Air Force Requirements Oversight Council (AFROC)? What is this experience? 8. Do you have any operational/technical/analytical expertise in the area of nuclear detection systems including the United States Nuclear Detection System (USNDS) or others? What is your experience? 9. Do you have any operational/technical/analytical expertise in the area of Mobile Nuclear Air Sampling (MNAS)? What is your experience? 10. Do you have any operational/technical/analytical expertise working on the Cobra Dane? What is your experience? 11. Do you have any operational expertise in the area of National Nuclear Technical Forensics? What is your experience? 12. What is the classification level of your facility and do you have both storage and processing at this level? 13. Please list any past experience/contracts that might be of relevance to this procurement. 14. Are you a small or disadvantaged business? 15. Do you currently have a DCAA approved rate structure? 16. Are you on the GSA Schedule? What contracts do you currently hold? 17. The CBAs conducted under this effort will determine if there are gaps in the nation's ability to provide these capabilities and to propose and evaluate potential solutions to mitigate these gaps if they should be discovered. This could include upgrades to existing capability, recapitalization of an existing capability, or development of new and advanced systems. 18. List any other pertinent information you believe the government should consider with regard to your current or past performance which might be considered during strategic deliberations on how the government will fulfill this service requirement. Personnel must have clearances to support classified work at a level commensurate with the requirements, up to and including Top Secret (TS)/Sensitive Compartmented Information (SCI). Responders are advised that prospective Offerors will be required to hold a current TS facilities clearance or propose their plan to obtain one. Due to the security requirements of the work location, no work can be performed until appropriate facility and personnel clearances are obtained. All sources capable of providing these services are being sought. In addition to the information provided below, responding parties must also indicate their size status in relation to the business size standard of $7 million and North American Industry Classification System (NAICS) code 541690, Other Scientific and Technical Consulting Services. The anticipated contract period of performance is for a base year plus a one-year option period. No technical or solicitation document exists at this time. All interested firms should submit a capabilities package that outlines the firm's capabilities in providing the required services. The contractor will be required to establish Associate Contractor Agreements (ACA) with contractors supporting other AFISRA efforts. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. PHONE CALLS WILL NOT BE ACCEPTED. Firms responding must state whether they are a Small Business (SB), Small Disadvantaged Business (SDB), Woman-owned Small Business (WOSB), Historically Black College or University or Minority Institution (HBCU/MI), an 8(a) firm, a Native American Firm, a HUBZone firm, a Veteran-Owned Small Business Concern, a Service-Disabled Veteran-Owned Small Business Concern, a participant in the Very Small Business Pilot Program, or a Large Business based on the size standard above. The Air Force Federal Acquisition Regulation (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 AF ISR Agency ombudsmen, Ms. Veronica Solis, AF ISR Agency/A7K, 102 Hall Street, STE 258, San Antonio, TX 78243-7091, telephone (210) 977-2453, facsimile number (210) 977-6414, or e-mail to Veronica.Solis@us.af.mil. Point of contact is Mr. Luis F. Chaves at luis.chaves@patrick.af.mil or by mail to Mr. Luis F. Chaves, AF ISR Agency/ A7KRA, 1030 South Highway A1A, MS 1000, Patrick AFB, FL 32925-3002. NO PHONE CALLS WILL BE ACCEPTED. RESPONSES ARE DUE NO LATER THAN 17 Sept 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/309c016b1acf1a5396dc4e9b5a0bbcc7)
 
Place of Performance
Address: Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN02266002-W 20100904/100902235946-309c016b1acf1a5396dc4e9b5a0bbcc7 (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.