|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 12,1998 PSA#2115Phillips Laboratory, Directorate of Contracting, 2251 Maxwell Avenue
SE, Kirtland AFB, NM 87117-5773 A -- NUCLEAR WEAPONS AND COUNTERPROLIFERATION ENGINEERING SUPPORT,
NWCA98-NW02 SOL F29601-98-R-0013 POC Mr. Ross Garcia, (505) 846-6879;
Mr. Ronald S. Lovato, (505) 846-2181 WEB: Click here to download a copy
of the RFP., http://prs.plk.af.mil/PK/mainmenu.htm. E-MAIL: Click here
to e-mail the Contracting Officer., brummer@plk.af.mil. The Air Force
Research Laboratory, DET 8/PKAW, Directorate of Contracting, Kirtland
AFB, New Mexico on behalf of the Nuclear Weapons and
Counterproliferation Agency, intends to procure on a competitive basis
Engineering Support, NWCA98-NW02, for the Nuclear Weapons and
Counterproliferation Agency (AF NWCA). BACKGROUND: The Air Force
Nuclear Weapons and Counterproliferation Agency (AF NWCA), Kirtland AFB
NM, reporting to HQ USAF/XON, has primary technical and programmatic
Air Force responsibility for joint Department of Defense (DOD) and
Department of Energy (DOE) interface for counterproliferation and
nuclear weapons activities. Activities include counterforce concept
development and evaluation of intelligence weaponeering information for
counterproliferation; nuclear weapon life extension development for
operational deployment through retirement; and technical interchange
participation/documentation with the NWCA customers and program
stakeholders and for NWCA nuclear weapon and counterproliferation
processes. OBJECTIVE: The contractor provides scientific, engineering,
intelligence and simulation services; program management and technical
support to the NWCA technical staff; and technical analyses and
advisory support, and corroborating documentation throughout all phases
of the Air Force NWCA managed counterproliferation and nuclear weapon
development, acquisition and life extension activities. Driven by
dynamic policy, limited resources, and new threat paradigms, these
efforts provide the technical foundation of the nuclear weapons and
counterproliferation counterforce studies, developments, decision
packages, acquisitions, and life extension recommendations forwarded to
HQ USAF/XON. GENERAL REQUIREMENTS: The Air Force NWCA leads the joint
DOD and DOE nuclear weapons and counterproliferation counterforce
assessments, deployment, development and solution support processes,
ensuring the war planners' requirements are met. The contractor shall
support the NWCA technical team to accomplish these efforts. The NWCA
is seeking sources with scientific intelligence, weaponeering and
engineering experience in: counterproliferation/counterforce
technologies; nuclear weapons design, operation and effects;
participating with/leading diverse technical teams; adapting and/or
developing analysis technology to unique solutions; providing technical
advice and oversight to diverse technical, programmatic and
headquarters groups on complex counterproliferation and nuclear weapons
matters; test and test analysis; computer code interfacing, modeling,
validation, verification, and accreditation; target and intelligence
requirements, assessment, and battle damage assessment; chemical,
biological, and nuclear weapons analyses, and documenting complex
technical efforts, studies and assessments. SCOPE: The scope includes
program management and scientific/engineering technical tasking for
both counterproliferation and nuclear weapon systems. Incumbent must
provide services to support, perform, and/or manage:
counterproliferation technologies and operations against nuclear,
chemical and biological weapons, facilities and operations; independent
oversight and advisement on chemical, biological and nuclear
technologies; liaison with DOD, DOE and industry organizations and
programs; systems integration of counterproliferation programs for
technologies in the areas of biological/chemical/nuclear effects,
simulation, counterforce weaponization, and assessment methodology;
development and execution of deliberate planning analytical tools to
support counterproliferation concepts; analytical studies using
computer models for conventional/non-conventional weapons effects,
nuclear weapons effects, consequence analysis and active defense; test
analysis to support, upgrade and validate counterproliferation
computer models; engineering support of counterproliferation and
nuclear technologies ground and flight testing; technical studies,
independent assessment capability, and technical support for
counterproliferation and nuclear weapons working groups,process teams,
and technical interchange efforts; engineering support for target and
intelligence requirements; quality documentation to corroborate
program status, scientific/engineering decisions, technical analyses,
agreements and solutions to support all of AF NWCA managed nuclear
weapon and counterproliferation data for nuclear weapon systems;
environmental assessments, environmental analyses, current
stockpile-to-target sequence, and current information for nuclear
weapon systems; engineering support/analysis for testing; assessments
of nuclear weapons storage facilities' lightening protection systems;
independent assessment of nuclear life extension issues; and meeting
documentation using MS office software. The anticipated contract will
be Cost Plus Fixed Fee (LOE) for a period of performance of sixty (60)
months (a basic 3-year period with 2 one-year options). TOP SECRET
and/or SECRET clearances are required. The applicable SIC Code is 8711.
Each respondent is required to provide a statement of capability
demonstrating its ability to perform the above requirements. The
statement of capability shall contain pertinent and specific
information addressing the following areas: (1) Experience: An outline
of previous projects, specific work previously performed or being
performed and any in-house research and development effort relevant to
the particular development specifications of this effort; (2)
Personnel: Name(s), professional qualifications and specific experience
of scientific, engineering and program management personnel who might
be assigned to perform various areas of the subject effort; (3)
Facilities: Availability and description of special facilities for
performance in the technical areas under consideration. Responses are
limited to no more than twenty (20) pages including program plan,
attachments, diagrams, etc. Submit responses to : Mr. Ross Garcia, Air
Force Research Laboratory, AFRL Det 8/PKAW, Directorate of
Contracting, 2251 Maxwell Ave., SE, Kirtland AFB, NM 87117-5773, no
later than 3:00 PM Mountain Daylight Time fifteen (15) calendar days
after the date of this announcement. This notice of intent is not a
request for competitive proposals. Foreign firms are advised they will
not be allowed to participate. Firms responding are to indicate
whether they are or are not a Small Business, a Small Disadvantaged
Business, a Woman-Owned Business, a Historically Black College or
University, a Minority Institution, an SBA 8(a) firm, an
intragovernment organization, a Large Business, an educational
institution, or a non-profit organization. The Government reserves the
right to set aside this requirement for the Small Business
Administration 8(a) Program, Small Disadvantaged Business, Small
Business, or Historically Black Colleges and Universities/Minority
Institutions based on responses to this synopsis. Offerors/Bidders must
indicate their size qualifications under SIC 8711, size standard $2.5
million. All offerors are reminded that the new DOD final rule
implements the Central Contracting Registration (CCR) as published in
the Federal Register, Volume 63, No. 61 on 31 March 1998. This rule
requires contractors to be registered in the CCR as of 1 June 1998 to
be eligible to receive a contract award based on solicitations issued
after 31 May 1998 from any DOD activity. Firms must register on a
one-time basis and annually confirm accuracy and completeness of
registration information. Instructions for CCR can be accessed at:
http://ccr.edi.disa.mil/. Additional guidance is available at
http://www.safaq.hq.af.mil/contracti. An Ombudsman has been appointed
to hear concerns from offerors or potential offerors, primarily during
the proposal development phase of this negotiated acquisition. The
purpose of the Ombudsman is not to diminish the authority of the
Program Director or Contracting Officer, or to communicate contractor
concerns, issues, disagreements and recommendations to the appropriate
government personnel in the pre-proposal phase of competitive,
negotiated acquisitions. Before contacting the Ombudsman, potential
offerors should first communicate with the Contracting Officer. In
those instances where offerors cannot obtain resolution from the
Contracting Officer, they are invited to contact the Ombudsman at the
Air Force Research Laboratory (AFRL), Directorate of Contracting, Det
8/PK, Mr. Eugene DeWall, Deputy Director, by telephone at (505)
846-4979, or in writing at 2251 Maxwell Ave., SE, Kirtland AFB, NM
87117-5773. When requested, the Ombudsman will maintain strict
confidentiality as to the source of the concern. The Ombudsman does not
participate in the evaluation of proposals nor in the source selection
process. For contracting issues please contact Mr. Ross Garcia,
Contract Specialist, at (505) 846-6879, or Mr. Ronald S. Lovato,
Contracting Officer, at (505) 846-2181. For technical issues, please
contact Mr. Michael Martinez, NWCA Counterproliferation (CP), at (505)
853-0479, or Ms. Kay Fick, NWCA Weapons Management (WM), at (505)
853-0795. (0161) Loren Data Corp. http://www.ld.com (SYN# 0007 19980612\A-0007.SOL)
A - Research and Development Index Page
|
|