SOURCES SOUGHT
D -- Air Force Digital Integration for Combat Engagement (AFDICE) - DRAFT PWS
- Notice Date
- 6/8/2012
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Air Force, AF ISR Agency, AF ISR Agency/A7K, 102 Hall Blvd, Ste 258, Lackland AFB, Texas, 78243, United States
- ZIP Code
- 78243
- Solicitation Number
- FA7037-12-R-0010
- Archive Date
- 6/15/2012
- Point of Contact
- Gary Whitney, Phone: 2109776313
- E-Mail Address
-
gary.whitney.1@us.af.mil
(gary.whitney.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- DRAFT PWS for AFDICE This is a Sources Sought Synopsis, for market research purposes only, and is not a Request for Proposal (RFP). A solicitation is not being issued at this time and this notice shall be not be construed as a commitment by the Government to issue a solicitation, nor does it restrict the Government to a particular acquisition approach. The AF ISR agency is seeking possible sources to provide services to support the requirements in the attached DRAFT PWS's (under NAICS 541330, $14.0 m). Comments on this NAICS and suggestions for alternatives must include supporting rationale. This acquisition will also require contractor personnel have a final Top Secret Security clearance and be DCID 6/4 eligible with a current SSBI. The period of performance will be for a base, with 2 options. Interested parties are requested to submit a statement of capability outlining past work that is related to this requirement as stated above. The statement of capability shall include: I. Contractor Name a. Address b. Point of Contact (POC) c. POC phone number(s) and e-mail addresses d. Cage code e. Anticipated teaming arrangements (delineate between work accomplished by prime and work accomplished by teaming partners) f. GSA contract, if applicable and number II. Description of Relevant Contract Experience (Government and Commercial) a. Contract number b. Description of the requirement c. POC for the requiring activity d. POC address, e-mail phone number(s), fax number and the company's web page, if applicable Contractors capable of providing these services should submit a Statement of Capability containing the above reference information via e-mail to gary.whitney.1@us.af.mil, the Contract Administrator. No phone calls please. Please note that no additional information will be provided via telephone. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information. The information obtained from industries responses to this notice may be used in the development of an acquisition strategy and future RFP. Responses shall be received not later than 12 Jun 2012, 1400 Central Time. To help us determine capabilities and capacity, please answer the following 5 questions below. 1. Does your organization have experience in the transfer of non-traditional ISR by methods of Tactical Data Links and Link 16? 2. Does your organization have experience and certified personnel to identify data link architecture and network design parameters with reference to Joint Interface Control (JIC)? 3. Would your organization be able to recommend data link architecture and network design to support (traditional/non-traditional) ISR integration? 4. Does your organization have experience with Joint Integration Test Command standards? 5. Is your organization able to perform service level standards and conformance testing, to include writing test scripts incorporating traditional/non-traditional Link 16 inputs and able to perform after test evaluation to ensure proper receipt and transmission of message formats outlined joint doctrine, as well as writing data link architecture and network diagrams to support traditional/non-traditional ISR integration?
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/760c1e4f4591243ef303bdf7769765ea)
- Place of Performance
- Address: Nellis AFB, Las Vegas, Nevada, United States
- Record
- SN02770973-W 20120610/120608235647-760c1e4f4591243ef303bdf7769765ea (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 |