SOURCES SOUGHT
T -- Nuclear Film Preparation and Nuclear Film Digitization - Nuclear Film Digitization (SOW) - Nuclear Film Preparation (SOW)
- Notice Date
- 2/20/2015
- Notice Type
- Sources Sought
- NAICS
- 512199
— Other Motion Picture and Video Industries
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFNWC/PZI - Kirtland, Installation Contracting Division, AFNWC/PZI, 8500 Gibson SE, Bldg 20202, Kirtland AFB, New Mexico, 87117-5606, United States
- ZIP Code
- 87117-5606
- Solicitation Number
- FA9401-15-R-8000
- Point of Contact
- Honey M. Smalls, Phone: (505)846-4579, Ron Saville, Phone: 505-853-7199
- E-Mail Address
-
honey.smalls.1@us.af.mil, Ronald.Saville@us.af.mil
(honey.smalls.1@us.af.mil, Ronald.Saville@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Nuclear Film Preparation- Statement of Work (SOW) Nuclear Film Digitization- Statement of Work (SOW) Notice Type: Sources Sought Synopsis - Statement of Capabilities Note! All correspondence must be submitted to the Contracting POCs. 1. Part: U.S. Government Procurements 2. Subpart: Services 3. Procurement Classification Code: T012-Photo/Map/Print/Publication-Reproduction; T005-Photo/Map/Print/Publication-Film Processing 4. Agency: Department of the Air Force 5. Responsible Office and Address: Air Force Nuclear Weapons Center (AFNWC), Contracting Division (PZIE) 8500 Gibson Blvd SE, Bldg. 20202, RM 237 Kirtland AFB, NM 87117. 6. Notice Type: Sources Sought - Statement of Capabilities (SOC) 7. Subject: The purpose of digitizing the films/plates from the US nuclear weapons above-ground tests is to capture the data in an ageless medium that allows for 1) duplication without any loss of fidelity, and 2) exploitation of data using computing power available today. These films/plates are currently stored in the archives at the Los Alamos National Laboratory (LANL) and the Lawrence Livermore National Laboratory (LLNL). However, since film is made from organic substances its life expectancy is about 100 years. Hence, regardless of how well a film/plate is cared for, it will deteriorate with age. Prior to digitizing the films/plates, the films must be cleaned, leaders and tails added to films, identified, categorized, and films environmentally deformed must be flattened without data distortion. These films provide data to validate nuclear weapons computer models and facilitate understanding of weapon outputs to support DoD agencies, the military services, and operational commands. Of particular interest are fireball, shock wave, thermal pulse, early-, late- and dust-cloud evolution to aid in modeling as appropriate for 1D/2D simulations. 8. Description of the efforts needed are included in the attached Statements of Work (SOW) for Film Preparation and Film Digitization. The AFNWC/PZIE intends to either award one contract for the preparation and digitization of the films as stated in the SOWs or will award two separate contracts, one for the preparation and one for the digitization efforts. The work to be performed in the SOWs is unclassified. 9. Foreign owned firms are advised they may be precluded from submitting a SOC. These firms are advised to contact the Contracting Point of Contact or Technical Point of Contact before submitting a SOC. These positions require employees to be United States Citizens. Restriction on performance by foreign citizens (i.e., those holding non-U.S. Passports): This topic is "Export-controlled". The information and materials provided pursuant to or resulting from this topic are restricted under the International Traffic in Arms Regulations (ITAR), 22 C.F.R. Parts 120 - 130 or the Export Administration Regulation (EAR), 15 C.F.R. Parts 730 - 774, which control the export of sensitive technical data. Foreign Citizens may perform work under an unclassified award resulting from this topic only if they are designated as a US Person, as defined by 22 CFR § 120.15 or if bidder is able to obtain an export license through the Department of State or Department of Commerce. Foreign Citizens designated as US Persons are not permitted to perform work under a classified award. Foreign citizens will at no time be allowed to work on Air Force installations. 10. Technology developed under the subject program may be subject to U.S. export-control laws and regulations. These laws restrict the transfer, by any means, of certain types of items, information and technology to unauthorized persons. The award of a government contract does not negate the contractor's responsibility to comply with export control requirements under the Arms Export Control Act (Department of State) or the Export Administration Regulations (Department of Commerce). Potential security risks/export violations may occur when contractors employ foreign nationals or outsource portions of the contract's statement of work. The transfer of sensitive or critical unclassified technology to a foreign national without an approved export license is a violation of the Arms Export Control Act and the Export Administration Act. 11. Request for Statement(s) of Capability (SOC): The SOC shall contain the following information: (1) Demonstrate ability to respond to all mission areas; (2) Clearly demonstrate the ability as the prime to complete fifty percent of the effort for each mission area as well as all areas concurrently and demonstrate how the efforts not supported by the prime will be supported; and (3) Include a notional plan to assure the availability of an adequate number of qualified and trained personnel to perform the continuous mission requirements. All interested firms shall submit a response that includes detailed information demonstrating their capabilities to the Contracting Officer and Contract Specialist listed below. Email one (1) copy to the Contracting Officer and Contract Specialist no later than 4:00 pm MST on 23 March 2015. The SOC is limited to 10 pages, single spaced, 12-point font, Times New Roman. Submitted information shall be UNCLASSIFIED. NOTE: If there is a resulting contract it will be made only to the offeror(s) who can perform the work within the Lawrence Livermore National Laboratory facility at the time of contract award. All questions regarding this sources sought synopsis shall be submitted via email to the contracting POCs stated below by 4:00 pm MST on 02 March 2015. Firms responding should include their DUNS number, cage code and indicate whether they are a small business. Firms should include if they are a GSA Schedule holder and what Schedule and Special Item Number(s) (SINs) they would propose potential work under. The NAICS Code to be used for this acquisition is: 512199, Size Standard $20.5M. If your company is capable of performing both the film preparation and film digitization requirements, or is capable of only one of the requirements (i.e., the preparation or digitization SOWs), please respond to that effect as these requirements may be split into multiple contracts. Also, if submitting for both the film preparation and digitization efforts two separate statements of capability shall be submitted. 12. Any information submitted by respondents to this sources sought synopsis is strictly voluntary. As stipulated IAW FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. This Sources Sought Notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g., SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). Offerors shall indicate whether they are/are not a small business, a small disadvantaged business, 8(a), hub-zone certified, woman-owned, veteran-owned, service disabled veteran-owned or Historically Black College or University. Do not summit a SOC if you do not intend to be a prime or lead. Potential offerors should refer contracting concerns to the Contracting Officer, Ronald H. Saville at (505) 853-7199, or refer technical concerns to the Program Manager, Moses Winston at (505) 853-8138. 13. Contracting Points of Contact (POCs): AFNWC/PZIE Contracting Officer: Ronald H. Saville ronald.saville@us.af.mil, (505) 853-7199. AFNWC/PZIE Contract Specialist: Honey M. Smalls honey.smalls.1@us.af.mil, (505) 846-4579. 14. Technical POC: AFNWC/NCA, Program Manager: Moses Winston moses.winston@us.af.mil, (505) 853-8138.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/FA9401-15-R-8000 /listing.html)
- Place of Performance
- Address: Lawrence Livermore National Laboratory, Livermore, California, 94550, United States
- Zip Code: 94550
- Zip Code: 94550
- Record
- SN03647979-W 20150222/150220235134-ca5498766e0ec11bc56d23eca1eca01c (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 |