SOLICITATION NOTICE
R -- FA7022-11-R-0024, MSSS
- Notice Date
- 5/3/2011
- Notice Type
- Presolicitation
- NAICS
- 541519
— Other Computer Related 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-R-MSSS
- Archive Date
- 5/20/2011
- 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
- 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 REQUEST FOR PROPOSAL IS POSTED TO THIS WEBSITE. This synopsis is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Additionally, no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. The Air Force Intelligence, Surveillance and Reconnaissance Agency (AF ISRA) has been tasked to solicit for and award a contract for the Modeling and Simulation Scientific Support (MS³) project. The services to be acquired are primarily concerned with the sustainment, maintenance and enhancement of software applications and environmental models that are part of the AFTAC Integrated Materials Information Management System (IMIMS) both on site at Patrick AFB and off-site at the contractor's facility. The contractor must be able to support day-to-day operations for AFTAC's Nuclear Treaty Monitoring Mission with highly trained support personnel. The contractor must also demonstrate the capability to provide technical assistance to include: (1) Routine model maintenance and execution of IMIMS software applications and interfaces (2) Adapting current models to incorporate higher resolution and/or new data types (3) Data interpretation (4) Various quality assurance/quality control activities SECURITY REQUIREMENT: Company must have a Top Secret facility clearance. Contractor personnel working on this project at the government facility must have a Top Secret Clearance (Single Scope Background Investigation with a favorable Director Central Intelligence Directives (DCID) 6/4 eligibility determination for immediate access to SCI (Sensitive Compartmented Information) material. Level of safeguarding is Secret, personnel working at contractor facility must have a Secret clearance. This acquisition will be conducted on an unrestricted basis, without set-aside. The applicable North American Industry Classification System (NAICS) code is 541519 Other Computer Related Services and the size standard is $25.0M. The RFP will be available electronically on this website only, on approximately 17 June 2011. Fax, telephone, written, or email requests for the solicitation package will not be honored. Contract award is anticipated for Sep 2011. An Indefinite Delivery, Indefinite Quantity (IDIQ) contract is contemplated with an ordering period of five (5) years. It is anticipated that the contract will be awarded using Firm Fixed Price contract line items (CLINs) for maintenance and sustainment, Cost Plus Fixed Fee (CPFF) for enhancements, and Cost CLINs for other direct costs and 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. 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 ombudsman, Ms. Veronica Solis, A7K, 102 Hall Street, Ste 258, San Antonio TX 78243-7091, phone: 210-977-4504, fax: 210-977-6414, e-mail: veronica.solis@lackland.af.mil. Point of contact is Ms. LeShan R. Gardner, Contracting Officer, AF ISR Agency/A7KRB, 1030 South Highway A1A, MS1000, Patrick AFB FL 32925, e-mail: leshan.gardner@patrick.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/289cb9e1843fd1a07265fb47d7a374f8)
- Place of Performance
- Address: 1030 South Highway A1A, Patrick Air Force Base, Florida, 32925, United States
- Zip Code: 32925
- Zip Code: 32925
- Record
- SN02438636-W 20110505/110503234359-289cb9e1843fd1a07265fb47d7a374f8 (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 |