Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 25, 2014 FBO #4688
SOURCES SOUGHT

A -- AFTAC NDS Analyais System (ANDSAS)

Notice Date
9/23/2014
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, AF ISR Agency, AF ISR Agency/A7KR, 10989 South Patrick Drive, Patrick Air Force Base, Florida, 32925, United States
 
ZIP Code
32925
 
Solicitation Number
FA7022-15-R-MSS1
 
Archive Date
10/27/2014
 
Point of Contact
Kim M. Pattan, Phone: 3214945452
 
E-Mail Address
kim.pattan@patrick.af.mil
(kim.pattan@patrick.af.mil)
 
Small Business Set-Aside
N/A
 
Description
AF ISRA/A7KR is seeking sources for the AFTAC Nuclear Detonation Detection System Analysis System (ANDSAS). CONTRACTING OFFICE ADDRESS: AF ISRA/A7KR 10989 South Patrick Drive Patrick AFB FL 32925 1) INTRODUCTION: This is a SOURCES SOUGHT to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business), as well as any other than small business concern to provide the required products and/or services. AF ISRA/A7KR is seeking information for potential sources for non-personal services to develop, update, and maintain legacy, current, and future versions of AFTAC Nuclear Detonation Detection System Analysis System (ANDSAS) that support mission requirements to detect, identify, and locate atmospheric and space NUDETs in nearreal- time, and secondarily, integrate Research and Development (R&D) applications developed by outside organizations that are logical extensions of AFTAC/TH requirements. These software capabilities support storage, retrieval and off-line analysis of satellite data processed by Integrated Correlation and Display System (ICADS) as well as data from any other atmospheric or exo-atmospheric remote monitoring and ground sensors. The contractor shall correlate multi-source data types for alert officer analysis during routine, alert, and exercise activities. The contractor shall develop tools for the creation/generation of simulated data for training, exercises, and validation of analytical tools. 2) DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. 3) CONTRACT/PROGRAM BACKGROUND: Contract Number: FA7022-11-C-0008 Contract Type: Hybrid - FFP-LOE (O&M) and CPFF (R&D) Incumbent and their size: Northop Grumman systems Corporation. Large Business Method of previous acquisition: Open Competition 2 Contractor is to develop, update, and maintain legacy, current, and future versions of AFTAC Nuclear Detonation Detection System Analysis System (ANDSAS) that support mission requirements to detect, identify, and locate atmospheric and space NUDETs in near-real-time, and secondarily, integrate Research and Development (R&D) applications developed by outside organizations that are logical extensions of AFTAC/TH requirements. These software capabilities support storage, retrieval and offline analysis of satellite data processed by Integrated Correlation and Display System (ICADS) as well as data from any other atmospheric or exo-atmospheric remote monitoring and ground sensors. The contractor shall correlate multi-source data types for alert officer analysis during routine, alert, and exercise activities. The contractor shall develop tools for the creation/generation of simulated data for training, exercises, and validation of analytical tools. Currently, there is no timeframe for any potential RFP release. Approximate start date, assuming a contract is issued, would be February 2016. 4) REQUIRED CAPABILITIES: The contractor must demonstrate the capability to provide the following: 1) Working knowledge of nuclear weapon phenomenology for the development of algorithms. 2) Extensive knowledge of satellite sensor operation and associated data processing. 3) An understanding of requirements analysis and system and operational documentation in order to make recommendations for support of ANDSAS planning and decision making. 4) Working knowledge of Sun workstation and server environment with UNIX operating systems. 5) Ability to program in C++ and other languages in order to adapt to new sensor systems and ground processing systems while maintaining the TH legacy database (current TH system has about 3 million lines of code hosted on an Oracle database that requires management and real-time updates and goes back over thirty years). 6) Expertise in complying with DoD software development and sustainment requirements. 7) Demonstrated software and system test and configuration control experience. 8) Ability to use specific Atmospheric and Space analysis tools and applications. 9) Top-secret facility clearance and personnel will require clearance at the top-secret level with a favorable DCID (Director Central Intelligence Directives) 6/4 eligibility determination and valid date for immediate access to SCI (sensitive compartmented information) material. The table below lists all of the main technical/task requirements of the Sources Sought Notice Draft PWS. You must identify the percentage of the task that your company can 3 accomplish and include supporting information which demonstrates your capabilities to meet that percentage. Supporting information shall not reiterate the language of the tasks provided in the Draft PWS, but rather, it shall provide details regarding your company's capabilities to execute these tasks. A cross-reference matrix is requested which links the Draft PWS task to the supporting information provided. Past performance information that is related to the tasks in the Draft PWS is requested if available. PWS Task PWS Para Percentage Program Management 1.1 New System Development and Analysis 1.2 Software Application, Tools, and Database Development and Implemenation 1.3 Operation and System Sustainment 1.4 The PWS for this effort is classified Secret/NF. To obtain a copy of the PWS, please contact Capt Patrick Roberts, 321- 494-5068, patrick.roberts.1@us.af.mil, to receive security verification instructions. 5) SPECIAL REQUIREMENTS: Must have a Top Secret Clearance from the start of the contract. 6) NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541712, with the corresponding size standard of 500 employees. To assist AF ISRA/A7KR in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). 7) OMBUDSMAN AFFARS 5352.201-9101 (APR 2014): (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not 4 participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, [Ms Veronica Solis, A7K, 102 Hall Street, Ste 258, San Antonio TX 78243-7091, Phone: 210-977-2453, Fax: 210-977-3012, E-mail: veronica.solis@us.af.mil]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested 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 (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 8) SUBMISSION DETAILS: Vendors who wish to respond to this announcement should send responses via email NLT 4:00 PM Eastern Daylight Time (EDT), on 24 Oct 2014 to kim.pattan@us.af.mil. Questions regarding this Sources Sought Synopsis may be submitted in writing by email to kim.pattan@us.af.mil. Verbal questions will NOT be accepted. The Government does not guarantee that questions received after 20 Oct 2014 will be answered. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Responses shall include: a) Business name and address; b) Name of company representative and their business title; c) Business Size and Type of Small Business (if applicable); 5 d) Cage Code; e) DUNS Number; f) Capabilities statement package (no more than ten pages) demonstrating ability to perform in accordance with paragraphs 4, 5 and 6 above. g) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ab57f9945a98c4e44bd87538972e6cd3)
 
Place of Performance
Address: 10989 South Patrick Drive, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN03524411-W 20140925/140923235741-ab57f9945a98c4e44bd87538972e6cd3 (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.