Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 12, 2016 FBO #5284
SOURCES SOUGHT

R -- Technical Sensors Radar Support - Performance Work Statement

Notice Date
5/10/2016
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Air Force, AMIC DET 2, AMIC DET 2 OL/PKA, 10989 South Patrick Drive, Patrick Air Force Base, Florida, 32925, United States
 
ZIP Code
32925
 
Solicitation Number
FA7022-16-R-RADAR
 
Point of Contact
Mary S. Nichols, Phone: 3214946072, Joyce Gill, Phone: 3214945206
 
E-Mail Address
mary.nichols@us.af.mil, joyce.gill.1@us.af.mil
(mary.nichols@us.af.mil, joyce.gill.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement 1. NOTICE: This is a Sources Sought Notice to determine any potential sources for information and planning purposes only. AMIC Det 2-OL/PKA (Patrick AFB, Florida) is seeking information from potential sources for the Technical Sensors Radar Support (TSRS) program. 1.1 The purpose of this sources sought is to perform market research to determine if responsible sources exist, and to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 541-Professional, Scientific, and Technical Services/541690-Other Scientific and Technical Consulting Services, which has a corresponding size standard of $15.0M. The Government will use information received in response to this notice to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The Government requests that all interested parties respond to this notice if capable and to identify your small business status for the identified NAICS code. Provide any anticipated teaming arrangements or information regarding your plans to use a joint venture. Additionally, provide a description of similar services offered to the Government or to commercial customers within the past three years. Any response involving teaming agreements should delineate between the work that could be accomplished by the prime and the work that could be accomplished by the teaming partner(s). 1.2 The information requested by this sources sought will be used within the Air Force (AF) to facilitate decision-making and will not be disclosed outside the agency. Firms choosing to respond to this Sources Sought Synopsis are cautioned that this is not a Request for Proposal (RFP). 1.3 In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract or agreement. The AF will not be obligated to pursue any particular acquisition or alternative as a result of this Sources Sought. Responses to this notice will not be returned or replied to. Not responding to this sources sought does not preclude participation in any future solicitation, if one is issued. 1.4 Proprietary information and trade secrets, if any, must be clearly marked on all submitted material. Information received that is clearly marked p roprietary will be handled accordingly. Be advised that all submissions become Government property and will not be returned. All Government and contractor personnel reviewing responses will have signed non-disclosure agreements and understand their responsibility to properly use and protect proprietary information from unauthorized disclosure as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. 2. PROGRAM DETAILS: 2.1 PREVIOUS CONTRACT/PROGRAM BACKGROUND: Contract Number: FA7022-15-C-0007 Contract Type: Cost Plus Fixed Fee Contractor and their size : Riverside Research Institute. Large Business Method of previous acquisition: Sole Source2.2 REQUIRED CAPABILITES - NEW REQUIREMENT: AMIC Det 2-OL/PKA (Patrick AFB, Florida) has a follow-on contract requirement to provide highly specialized Advisory and Assistance Services (A&AS) and Information Technology Support Services to include: In-depth Evaluation of Radar System Engineering; Data Processing and Analysis; and Information Technology Technical Advisory Services for the Technical Sensor Radar (TSR) Support Program on up to two (2) unique radar systems. A detailed engineering knowledge of two different mobile radar systems designated Cobra King (CK), and Gray Star (GSI) programs is essential to the success of this program in order to accomplish required validation, verification and systems engineering tasks. Contractor personnel will be required to travel to remote locations and be capable of foreign travel. CK will require a contractor representative to deploy whenever the asset does (approx 40 weeks per year). This representative shall act as a technical advisor to the Air Force Mission Commander (MC). Mission need may dictate that work be performed in a declared hazardous duty area. Contractor personnel will have access to classified information, up to and including, the Top Secret clearance level. Contractor personnel will require access to secured areas. The contractor must have a Top Secret facility clearance, and the capability to obtain Special Background Investigations (SBIs) prior to contract award. The Program office is located at Air Force Technical Applications Center (AFTAC). The period of performance is for a twelve (12) month base and two (2) one-year priced options. A Cost-Plus-Fixed-Fee contract is anticipated. 2.3 The Government is contemplating use of a contract type with Cost-Plus-Fixed-Fee and Cost-Reimbursement (logistics; i.e., travel, materials, supplies) CLINs. Additionally, the anticipated performance would not exceed a three (3) year period (base plus options). Currently there is no timeframe for the potential RFP release. Approximate start date, assuming a contract is issued, would be 1 Nov 2017. 3. INFORMATION REQUESTED (Please limit all submissions to 3 pages, not including cover page) 3.1 Company Information: Company name, mailing address, telephone number(s), point of contact name(s), e-mail address, CAGE code, DUNS Number, and Business size. For small businesses include socioeconomic status (e.g. 8(a), Hubzone, etc.). 3.2 Contract Type: Identify any contract vehicle that would be available to the Government for the procurement of these products and services, to include General Service Administration (GSA), GSA MOBIS, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. 3.3 Major Risks: Identify any major performance, schedule, or cost risk anticipated at this time. 3.4 Requirements: The table below lists all of the main technical/task requirements of the Sources Sought Synopsis and the Draft PWS. In response to this notice, identify the percentage of the task requirements that your company can accomplish and include supporting information to demonstrate your capabilities of meeting that percentage. Supporting information should not reiterate the language of the tasks provided in the Draft PWS, but rather it should provide details regarding your company's capabilities to execute the tasks. A cross-reference matrix is also requested linking the Draft PWS task to the supporting information and capabilities provided. Past performance information related to the tasks provided in the Draft PWS is also requested if available. Additionally, all respondents are encouraged to provide commentary and recommendations for improving or clarifying the Draft PWS requirements. PWS Task PWS Para Percentage Supporting information Operations 2.1 Logistics 2.2 Engineering 2.3 Software Integration 2.4 3.5 NAICS: Identify any alternative NAICS code recommendations. 3.6 Business Size: If a small business under the identified NAICS code, indicate the approximate percentage of the requirement your firm is able to perform. If a large business, identify an appropriate percentage for small business subcontracting opportunities. 4. Submission Information: Interested sources submission must be clear, concise, complete, and be submitted via e-mail by 4:00pm (EST), on 24 May 2016. All submissions must be sent to mary.nichols@us.af.mil Questions regarding this Sources Sought Notice may be submitted in writing by email to mary.nichols@us.af.mil. Verbal questions will NOT be accepted. The Government does not guarantee that questions received after 19 May 2016 will be answered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2b30ddd6516e511b57a26d05ea8c90ad)
 
Place of Performance
Address: Worldwide &, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN04112459-W 20160512/160510235256-2b30ddd6516e511b57a26d05ea8c90ad (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.