Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2011 FBO #3448
SOURCES SOUGHT

R -- AWACS Mission Simulatior Support - AMS SOW

Notice Date
5/2/2011
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Air Force Nuclear Weapons Center, AFNWC PKE, BLDG 20604 CP 505 846 9516, 2000 WyYOMING BLVD DE, KIRTLAND AFB, New Mexico, 87117-0001, United States
 
ZIP Code
87117-0001
 
Solicitation Number
FA9422-AWACS-DMOC
 
Point of Contact
Richard K. Mijokovich, Phone: 505-853-1686, Cassandra L. Caputo, Phone: 505-853-1977
 
E-Mail Address
Richard.Mijokovich@kirtland.af.mil, Cassandra.Caputo@kirtland.af.mil
(Richard.Mijokovich@kirtland.af.mil, Cassandra.Caputo@kirtland.af.mil)
 
Small Business Set-Aside
N/A
 
Description
AMS SOW 1. Subject: The requirements in support of the Distributed Mission Operations Center (DMOC) Airborne Warning and Control system (AWACS) Mission Simulator (AMS) for the 705th Combat Training Squadron (CTS) at Kirtland AFB, NM, are currently performed by Plexsys, Interface Products, Inc. (Plexsys) a subcontractor to Lockheed Martin Simulation, Training, and Support, under contract FA29601-01-C-0242. In order to ensure critical mission requirements continue upon this contract's expiration, 30 September 2011, the Air Force Nuclear Weapons Center anticipates soliciting a sole-source 2 year base with 3 one-year options contract with the incumbent sub-contractor, Plexsys, under the authority of FAR 6.302-1, Only One Responsible Source. This authority allows for a follow-on contract for highly specialized services when award to any other source would result in substantial duplication of costs and/or unacceptable delays in fulfilling the agency's requirements. This SSS is part of a market research effort to assess industry capabilities that will best address the DMOC needs as further described below. 2. Description of the Efforts Needed Statement Of Work (SOW). The mission of the 705 CTS is to "develop, integrate, and deliver a virtual Air, Space, and Cyber environment for Air Force, Joint, and Coalition combat training, test, and experimentation." This mission requires the 705 CTS to maintain a highly-qualified staff of government and contractor personnel with expertise in exercise design and execution, weapons systems integration and interoperability and Distributed Mission Operations (DMO) technology development. The 705 CTS anticipates continued expansion of the DMOC mission primarily in the areas of seamlessly integrating the Theater Air Control System (TACS) at the operational and tactical levels of warfare, providing robust joint and coalition training, controlled interface and Multi-National Information Sharing (MNIS) operations, testing in realistic operational environments, integrating live and simulation environments, and experimenting with advanced weapons systems and evolving Tactics, Techniques, and Procedures (TTPs). Utilizing the DMOC and associated resources, the 705 CTS performs training, tests, and experimentation with military personnel operating live weapon systems and high fidelity simulations in a dense synthetic environment. DMOC resources include simulations of airborne systems; surveillance systems; airborne and ground command, control and communication systems; Surface-to-Air Missiles (SAMs); voice communications systems, data link systems; data loggers; network analysis tools; and intelligence systems. The Battlespace is currently capable of simulating up to 50,000 simultaneous air and ground objects. Digital terrain databases include Digital Terrain Elevation Data (DTED), Digital Feature Analysis Data (DFAD), and Controlled Image Base (CIB) imagery. For requirement details, please refer to the attached draft Statement of Work provided for the AWACs effort. a. Mission Areas: Efforts for the required support are broken into five Primary Mission Areas (examples provided are not exhaustive): 1) Internal Training Events - DMOC internal training events include major exercise events such as Virtual Flag (VF) and smaller scale training events such as Warfighter Focused Events (WFEs), Joint Kill Chain Events (JKCEs), and Air Force Weapons School Training Events (WSTEs). 2) External Training Events - External training event examples include Northern Edge (NE), Fleet Synthetic Training - Joint (FST-J), and Northern Goshawk (NG) exercises. 3) Testing Events -Testing event examples include the Joint Command & Control of Net-Enabled Weapons (JC2NEW) and Joint Fires Coordination Measures (JFCM) joint tests. 4) Experimentation Events - Experimentation event examples include Defense of the Homeland against Asymmetric Missile Attacks (DoHMA) and Integrated Air and Missile Defense (IAMD) events. 5) Projects - The 705 CTS manages a large number of Research, Development, Test, and Evaluation (RDT&E) and facility improvement projects aimed at improving M&S capability within the DOD and the international community. 3. All responsible sources, including the incumbent contractor, may submit a capability statement in order to demonstrate their ability to fulfill the above requirements within the period of performance. The Statement of Capability (SOC) shall contain the following information: (a) Demonstrate ability to respond to all mission areas as well as integrate all areas; (b) Include a notional plan to assure the availability of an adequate number of qualified personnel to perform the continuous mission requirements and the short term, quick response requirements; (c) Provide a correlation of the skill sets to the mission areas and identify personnel associated with each mission in a table format or similar format; (d) Discuss expertise within the last five years in each of the mission areas. Please make sure that your information includes your company's CAGE Code and current Central Contractor Registration (CCR) information, DUNS number, financial information, business size, and other information deemed relevant to be capable of satisfying the government's need. Firms responding should indicate if they are a Small Business, a Socially and Economically Disadvantaged Business, an 8(a) Certified Business, a Woman-Owned Business and/or a HUBZone Certified Small Business Concern. To be considered a Small Business the following applies: NAICS Code: 541513, size standard $25M. It is anticipated that a DD Form 254, Contract Security Classification Specification, will be required in the future during the performance of this effort. a. Page limitation: The SOC is limited to a total of 20 pages, single spaced, 12-point font, Times New Roman, excluding resumes. Resumes, submittal of names, professional qualifications and specific experience of all personnel who may be assigned, not including clerical, should be included to enhance our consideration and evaluation of the information submitted. This information does not count against the 20 page response. The Government will not consider pages in excess of the limitation. b. Submission: Original plus three (3) copies, one (1) being electronic, are due no later 2:00 pm MST on 17 May 2011. The SOC shall be submitted to: Air Force Nuclear Weapons Center/PKE, 8150 F Ave. SE, Bldg. 20226, Rm. 17, Kirtland AFB, NM 87117. Any responses received for this synopsis that do not address every mission area may not be evaluated as being capable. NOTE: Should there be a contract, it will be made only to offeror(s) who currently have access to a facility cleared to the Top Secret level and have sufficient Top Secret cleared and qualified personnel available at the time of contract award. An organizational conflict of interest clause is anticipated in any resultant contract. Reference AFFARS Clause 5352.209-9000, Organizational Conflict of Interest (OCT 2010). i. Submit responses to either Mr. Richard K. Mijokovich or Ms. Cassandra L. Caputo at the address listed below in the Contracting Points of Contact Information no later than 2:00 p.m. Mountain Standard Time on 17 May 2011. ii. The information that you provide will be used solely by AFNWC/PKE as market research. No classified or sensitive information should be included in your response. All proprietary information must be marked as proprietary. The information that you provide will be used solely by AFNWC and DMOC as market research. This synopsis is not a formal solicitation and is not a commitment on the part of the Government to award a contract as a result of this notice or to pay for any information received. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. iii. This notice of intent is not a request for competitive proposals. However, all information received no later than 17 May 2011 will be considered by the Government. Note: A Request for Proposal (RFP) will be issued to Plexsys, Inc. provided other sources cannot furnish the services at equivalent terms. A determination by the Government not to compete this proposed contract based upon the responses to this notice is solely within the discretion of the Government. 4. Contracting Points of Contact (POCs): The Contracting POCs are: AFNWC/PKE; Attn: Mr. Richard K. Mijokovich (Contract Specialist), 8150 F Ave. SE, Bldg. 20226, Rm. 17, Kirtland AFB, NM 87117; Phone: 505-853-1686; FAX: 505-853-3476; e-mail: Richard.Mijokovich@kirtland.af.mil; and AFNWC/PKE, Attn: Ms. Cassandra L. Caputo (Contracting Officer), 8150 F Ave. SE, Bldg. 20226, Rm. 17, Kirtland AFB, NM 87117; Phone: 505-853-1977; e-mail: Cassandra.Caputo@kirtland.af.mil. 5. Technical POC: Technical questions may be addressed by DMOC/705 CTS, Ms. Maria Appelzoller, Acquisition Program Manager, Phone: (505) 853-0910; e-mail: Maria. Appelzoller@kirtland.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d5e5e517a693571b6b753364c17ac977)
 
Place of Performance
Address: 705 CTS, DMOC, 4500 Aberdeen Dr SE, Kirltand AFB, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN02437684-W 20110504/110502234144-d5e5e517a693571b6b753364c17ac977 (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.