Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2003 FBO #0499
SOURCES SOUGHT

R -- Technology Panel for Directed Energy Weapons Support (TPDEWS)

Notice Date
4/11/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - PL
 
ZIP Code
00000
 
Solicitation Number
F29601-03-R-0002
 
Archive Date
3/4/2004
 
Point of Contact
Maggie Howe, Contract Specialist, Phone 505 846 5119, Fax 505 846 1546, - David Castillo, Contracting Officer, Phone 5058533306, Fax 5058461546,
 
E-Mail Address
Margaret.Howe@Kirtland.AF.MIL, david.castillo@kirtland.af.mil
 
Description
Professional support sources are sought for the Air Force Research Laboratory?s (AFRL) Directed Energy (DE) Directorate?s Defense Reliance for Science and Technology Weapons Technology Panel for Directed Energy Weapons Support (TPDEWS). This contemplated effort will support the development, assessment, reliability, schedule, and cost effectiveness of current and future Directed Energy programs and efforts. AFRL/DEFP, Strategic Planning, is interested in obtaining support in the following major areas: (a) Preparation and distribution of the Defense Technology Area Plan (DTAP); (b) Facilitation of the yearly update of DEW Defense Technology Objectives; (c) Facilitation of the DEW portion of the Weapons Technology Area Review and Assessment (TARA) Meetings; (d) Preparation of the DTAP Briefings; (e) Maintenance of the TPDEWS database; (f) Maintenance of the TPDEWS briefings and reports library; (g) Performance of library related duties for TPDEWS subordinate sub-panels and groups; (h) Preparation and coordination of the TPDEWS meetings; (i) TPDEWS focal point; (j) Generation of reports in support of TPDEWS and its subordinate sub-panels and groups; (k) Performance of assessments of ongoing programs; (l) Establishment of contractual arrangements with Directed Energy Experts panel. Descriptions of each of these major areas follow: (a) In alternate years-2004, 2006, and 2008-prepare the initial draft of the DEW DTAP with inputs from TPDEWS members and sub-panel chairmen; (b) Facilitate the yearly update of the DEW Defense Technology Objectives (DTOs), to include distribution of the call for new DTOs and to include providing guidance and assistance to the TPDEWS members for purposes of facilitating schedule, format, and content adherence; (c) In alternate years-2004, 2006, and 2008-facilitate the DEW portion of the Weapons TARA, to encompass obtaining suggestions for Review Team membership from Services and Agencies, preparation of the agenda, coordination of security arrangements, review of briefings, collection of final briefings from speakers, assisting Review Team in preparation of out-briefing, preparation of minutes of the TARA, and distribution of CDs of briefing materials; (d) Prepare initial draft of briefing material for use in TARA Reviews, as well as other presentations needed by Director, Defense, Research and Engineering (DDR&E), and prepare draft briefing charts for TPDEW chair and sub-panel chairs; (e) Develop and maintain databases of contact information and DEW funding; (f) Maintain a TPDEWS library of briefings and reports on DoD Science and Technology efforts in the DEW technology areas, including general information on content, schedule/milestones, and funding levels; (g) Provide library support of briefings and reports in support of meetings and/or workshops sponsored by TPDEW and its subordinate sub-panels and groups; (h) Assist TPDEW Chairman and Sub-panel Chairmen with establishing meeting dates, arrangements for facilities, preparation of meeting invitations and agenda, distribution of invitations, coordination of security clearances and production of meeting badges, preparation of briefing materials, maintenance of attendance register, collection of hard copies of briefing charts, preparation of minutes of meetings, and distribution of copies of minutes and briefing charts; (i) Act as focal point for contacts, dissemination of information, collection and consolidation of inputs, fielding questions, and tasking from DDR&E concerning TPDEWS issues and programs; (j) Generate other reports and briefing materials to facilitate TPDEWS efforts and respond to Office of the Secretary of Defense or Service requirements; (k) Perform assessments of ongoing programs to encompass identification of apparent gaps and/or duplication of efforts during the planning process for the DTAP, performance of special studies or assessments of new avenues of research and development for DEW systems, coordination of workshops on the topic areas, visits to technologists, analysis of information obtained to evaluate feasibility and/or utility of the new area, and preparation of technology development roadmaps and documentation of assessments in Scientific and Technical Reports; (l) Establish contractual arrangements with the then designated experts panel, in addition to the coordination of meetings and the facilitation of visit requests and reimbursements. A cost-plus-fixed-fee (CPFF), level-of-effort form contract is contemplated with a period of performance of 5 years. The anticipated contract value is $2.0-2.75M and anticipated full-time equivalents (FTEs) are 3 to 5, not including the experts panel. A draft RFP will not be issued. Small businesses having the capability to perform this work are invited to submit a statement of capability (SOC) in order for the Government to determine whether the acquisition should be set aside for small businesses. Based on the results of the SOC evaluation, the Government reserves the right to set aside this requirement for small businesses. Offerors shall indicate whether they are/are not a small business, a small disadvantaged business, 8(a), hub-zone certified, woman-owned, or Historically Black College or University. The SOC shall contain pertinent and specific information addressing the following areas: (1) Expertise and/or the ability to demonstrate technical knowledge of ongoing and future military Directed Energy programs. (2) Previous support experience in military programs and program management. (3) Demonstration of relevant contracting experience. (4) Experience in analysis of military technologies. Interested small businesses are requested to submit an SOC (original plus 2 copies) within 15 calendar days of this announcement, substantiating each qualification described in (1) through (4) above for RFP F29601-03-R-0002 to Det 8 AFRL/PKDL, Attn: Maggie Howe, 2251 Maxwell Avenue SE, Kirtland AFB NM, 87117-5773. Any responses received not addressing all of the above requirements will be rejected. The SOC are limited to 8 pages, not to exceed two pages per area, single-spaced, 12-point font, Times New Roman, excluding resumes. Regarding resumes, submittal of names, professional qualifications and specific experience of all personnel who may be assigned, not including clerical, may be included to enhance our consideration and evaluation of the information submitted. Submitted information shall be unclassified. Offerors should be aware that the majority of resources must be employed within a Top Secret environment. A statement must be addressed by prospective offerors as to the ability to obtain, within 30 days of contract award, an industrial security clearance, the personnel and available storage facilities to support work at the Top Secret level. Potential offerors responding to this sources sought synopsis must indicate whether they qualify as a small business under NAICS Code 541611 with a size standard of $6M. An organizational conflict of interest clause is anticipated in any resultant contract. Reference AFMC FAR Clause 5352.209-9002, ?Organizational Conflict of Interest? (Jul 1997). This is not a Request For Proposals (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Any costs incurred as a result of this announcement shall be borne by the offeror and will not be charged to the Government for reimbursement. If your interest is in subcontracting possibilities, please indicate this clearly in your submission. Potential offerors should refer contracting concerns to the Contracting Officer, David Castillo at (505) 853-3306, or refer technical concerns to the Project Officer, 2Lt Wayne Punnett at (505) 853-2175. It is anticipated that contractors will have access to or will generate data that is unclassified with limited distribution and/or subject to U.S. Export Control laws. Therefore, only offerors who are certified by the Defense Logistics Information Services (DLIS) may submit offers. Contact US/Canada Joint Certification Office, DLIS, Federal Center, 74 Washington Ave, North, Battle Creek, Michigan, 49017-3084, (800) 352-3572, http://www.dlis.dla.mil/jcp/, for further information on certification and the approval process. Offerors are required to either submit a copy of the DLIS approved DD Form 2345 with their proposal or to the Contracting Officer if access to unclassified, limited distribution data is required to prepare the proposal. Foreign owned firms are advised to contact the Contracting Officer or the Project Manager before submitting a proposal to determine whether there are restrictions on receiving an award.
 
Place of Performance
Address: AFRL/DEFP, Kirtland AFB NM
Zip Code: 87117
Country: USA
 
Record
SN00301794-W 20030413/030411213540 (fbodaily.com)
 
Source
FedBizOpps.gov 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.