Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 25, 2001 PSA #2879
SOLICITATIONS

A -- DATABASES FOR THE 21ST CENTURY (DB21 II): INFORMATION, INTELLIGENCE, AND INFORMATION WARFARE (I2/IW)

Notice Date
June 21, 2001
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL -- Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514
ZIP Code
13441-4514
Solicitation Number
F30602-01-R-0167
Response Due
July 23, 2001
Point of Contact
Janet Olson, Contract Specialist, Phone 315/330-4752, Fax 315/330-4728, Email olsonj@rl.af.mil
Description
General Description/Technical Objectives: To provide a flexible, easy to use 60 month vehicle(s) to: 1) support the advancement, integration, and application of Information Systems Science and Technology to meet Air Force (AF), Intelligence Community, and Command and Control (C2) Community unique requirements for Information Dominance and 2) facilitate the transition of this technology to aerospace and intelligence systems to meet AF, Intelligence and C2 Community needs. This effort will support: 1) the Air Force Information Warfare Center (AFIWC); 2) The Air Force Research Laboratory (AFRL), Information Handling Branch's (IFEB) Defense Automated Warning System (DAWS) -- Message Front End (DMFE)/Information Extraction Tool (IET) (DAWS/DMFE/IET) Program; 3) the Information and Intelligence Exploitation Division (IFE) of AFRL; 4) The Defensive Information Warfare Branch (IFGB) of the AFRL; and 5) the customers of AFIWC, DAWS/DMFE/IET, IFE and IFGB. Proposed Contract(s): It is envisioned that this acquisition will result in a single five (5) year CPFF IDIQ contract with a total value of approximately $48.950M. The contract will provide for two separate performance requirements: 1) an IDIQ CPFF Term Level-Of-Effort (LOE) portion employing Performance Details Letter(s) (PDLs) for specific direction. This portion will have a value of approximately $23.7M and will provide for AFIWC and DAWS/DMFE/IET recurring LOE requirements as well as provide for the development of the incomplete components of the information architecture required by the AFIWC and the DAWS/DMFE/IET program; and 2) an IDIQ CPFF Completion portion predicated on individual orders. This portion will have a value of approximately $25.25M and will provide for IFE and IFGB completion requirements as well as AFIWC and DAWS/DMFE/IET requirements that are not compatible with the LOE/PDL technique. The LOE/PDL portion will include options to cover the out-years recurring needs of the AFIWC and DAWS/DMFE/IET program. The contract will result in the delivery of a variety of products as specified by the Government. Depending upon the nature of the work to be performed deliveries could include a final technical report; an exploratory model and technical reports; experimental or operational computer software programs, databases or associated documentation; updates to existing Government documents etc. There will be no technical or final technical report associated with the overall IDIQ contract. Foreign participation is excluded at the prime contractor level. Top Secret and SCI clearances will be required for performance. An Ombudsman has been appointed to hear significant concerns from offerors or potential offerors during the proposal development phase of this acquisition. Routine questions, such as clarifications of the Statement of Work or the terms and conditions, are not considered to be "significant concerns" and should be communicated directly to the Contract Specialist, Janet M. Olson, Phone 315-330-4752. The purpose of the Ombudsman is not to diminish the authority of the contracting officer or program manager, but to communicate contractor concerns, issues, disagreements and recommendations to the appropriate Government personnel. The Ombudsman for this acquisition is Lt. Col. Reid S. Lerum, Chief, Contracting Division, at 315-330-7746. 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 or in the source selection process. The Ombudsman should only be contacted with issues or problems that have been previously brought to the attention of the Contract Specialist/Contracting Officer and could not be satisfactorily resolved at that level. The entire solicitation will be issued on the Federal Business Opportunities (FedBizOpps) web site, http://www.fedbizopps.gov (select "Vendors", at Agency, USAF, click on "Offices", at Office, "Air Force Materiel Command", click on "Locations", at Locations, "AFRL, Rome Research Site, Rome NY", click on "Posted Dates". The FedBizOpps offers a registration service that will send an e-mail notification when a change is made to this announcement. To register, click on the "Register to Receive Notification" button at the end of this announcement in the FedBizOpps. This service is provided for convenience only and does not serve as a guarantee of notification. In addition to this registration, any prospective offerors interested in submitting a proposal for this solicitation must register by e-mail directly with the Contract Specialist at Janet.Olson@rl.af.mil in order to be placed on the List of Registered Parties. Include your company name, address, telephone number and point of contact, fax number, e-mail address and Commercial and Government Entity (CAGE) code. The Contract Specialist will post this list on FedBizOpps along with the solicitation to facilitate subcontracting and teaming opportunities only. Offerors registering their name either on the FedBizOpps or with the Contract Specialist should not conclude that they will receive a paper copy of the solicitation in the mail. Paper copies will not be available. The solicitation and any amendments thereto will only be available by downloading the documents from the FedBizOpps. All prospective offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. The Request for Proposal (RFP) for this action will be available electronically on the World Wide Web. The solicitation is expected to be released approximately one month after the issuance of the Presolicitation Notice. Refer to the web link in this notice for any milestone updates. When it is issued the solicitation will be posted to the Federal Business Opportunities Site page at the web link contained in this notice. See Numbered Note 26. No telephone requests for the solicitation will be honored. All requests must be addressed to the attention of the Contract Specialist, Janet Olson, AFRL/IFKE, 26 Electronic Parkway, Rome, NY 13441-4514, reference code E-2-1205, and contain the respondent's FAX number, Email address and Commercial and Government Entity, (CAGE) code. All responsible sources may submit a proposal in response to the RFP, which shall be considered.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/AFMC/AFRLRRS/F30602-01-R-0167/listing.h tml)
Record
Loren Data Corp. 20010625/ASOL002.HTM (D-172 SN50P6U9)

A - Research and Development Index  |  Issue Index |
Created on June 21, 2001 by Loren Data Corp. -- info@ld.com