Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 25, 2006 FBO #1794
SOLICITATION NOTICE

R -- Whole Sky Imager

Notice Date
10/23/2006
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Directed Energy Directorate, 2251 Maxwell Ave, Kirtland AFB, NM, 87117
 
ZIP Code
87117
 
Solicitation Number
FA9451-07-D-0170
 
Response Due
11/7/2006
 
Archive Date
11/22/2006
 
Description
DESCRIPTION: Contracting Point of Contact: Keith Kennedy, Contract Specialist, 505-846-5229; Technical Point of Contact: Capt. Phil Poyner, 505-846-5237. The Air Force Research Laboratory (AFRL), Directed Energy (DE) Contracting Directorate (PK) on behalf of the AFRL DE, Kirtland AFB, NM, intends to award a sole source contract in accordance with FAR subpart 6.302-1 (a)(2)(ii)(A) and FAR subpart 6.302-1 (a)(2)(iii)(A), ?Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements,? to the Marine Physical Lab (MPL) at the Scripps Institute of Oceanography, San Diego, CA, for providing real-time detection and identification of clouds throughout the diurnal cycle using Whole Sky Imagers (WSI's). The contemplated effort involves letting an indefinite-delivery, indefinite-quantity contract for a five-year period with a maximum total value of $9,500,000. BACKGROUND: Various atmospheric phenomena can have an adverse effect on laser performance. One of the most disruptive phenomena is clouds. AFRL/DES intends to collect cloud coverage information at various locations and determine the temporal impact of cloudiness on laser operations under various climatic regimes. The contractor will collect cloud information using WSI?s, research instruments that acquire digital imagery of the full sky dome 24 hours a day, through daylight, moonlight, and starlight conditions. AFRL/DES currently has five WSI systems, each of which must be maintained, calibrated, and evaluated with a view towards improving data collection algorithms. The Government may require additional WSI systems. The MPL designed and built the currently fielded systems, and has maintained and developed the WSI?s since deployment. MPL is capable of producing additional WSI systems as needed, and of modifying current systems to improve performance and facilitate data analysis. SPECIFIC PERFORMANCE REQUIREMENTS are: 1) Maintain five AFRL- operated WSI systems at locations across the continental United States, including preventative maintenance, repair or replacement of failed components, coordination of minor system repairs with Government provided on-site caretakers, and software/hardware upgrades necessary to ensure continual data collection; 2) Perform calibration of fielded instruments and routine quality control of WSI acquired data; 3) Evaluate WSI capabilities, including day and night algorithm performance, applicability of data to cloud forecasting problems, capability to extract transmission both day and night, dynamic background calibrations, operation in stressing conditions such as high light levels, twilight, and strong haze, and any other area that both the contractor and AFRL determine beneficial to Government programs; 4) If required, implement system upgrades resulting from work accomplished under item 3; 5) If required, build and deploy additional WSIs at undetermined locations; 6) If required, analyze new wavelength imaging benefits to various Government programs, which may involve building and testing prototypes of new instruments; 7) If required, provide personnel trained in the WSI and its capabilities to analyze, develop software, document, develop minor hardware, and other tasks related to the WSI as the Government determines appropriate. Respondents must provide a statement of capability limited to 15 pages. The Government may break out one or more of the above performance requirements for separate acquisition; respondents must demonstrate whether they can fulfill any or all of the above performance requirements by providing existing product literature including salient characteristics, describing relevant data owned and what additional data, if any, the respondent would require to accomplish that performance requirement, if selected. the Government will reject any responses not providing all information requested. Submit statements of capability to Keith Kennedy, AFRL/PKDL, 2251 Maxwell Ave. SE, Kirtland AFB, NM 87117-5773 no later than fifteen (15) calendar days after the date of this announcement by 3:00 p.m., Mountain Standard Time (MST). The proposed contract action requires research and development for which the Government intends to solicit and negotiate with only one source under authority of FAR subpart 6.301 (a)(2)(ii)(A) and 6.301 (a)(2)(iii)(A). Do not send a competitive proposal. The Government retains sole discretion whether to compete this proposed contract action based upon responses to this notice. The Government will consider information received only to determine whether to conduct a competitive procurement. As a result of analyzing responses to this synopsis of intent, the Contracting Officer may determine that the Government will issue a solicitation to those prospective sources, which, in the sole judgment of this purchasing activity, have the potential of successfully fulfilling the requirements. If the Government issues a sole source solicitation, the Government will not publish an additional synopsis. This is an unrestricted announcement under NAICS code 541710. However, firms should indicate whether they are a small, woman-owned, qualifying 8(a), or certified Hub Zone small business; or whether they are a historically black college, university, and minority institution (HBCU/MI). To receive a DoD contract, offerors must be registered in the DoD Central Contractor Registration (CCR) system and the US/Canada Joint Certification Program. For more information and on-line registration with CCR, see http://www.ccr.dlis.dla.mil. The Government anticipates that contractors will have access to, or will generate data that is unclassified with limited distribution or subject to U.S. Export Control laws. Therefore, only offerors which the Defense Logistics Information Services (DLIS) certifies may submit offers. Contact US/Canada Joint Certification Office, DLIS Federal Center, 74 Washington Ave. North, Battle Creek, MI 49017-3084 (1-800-352-3572); http://www.dlis.dla.mil/jcp/ for further information on certification and approval. The offeror must submit a copy of the DLIS approved DD Form 2345 with its proposal or to the Contracting Officer if access is unclassified. The contractor will require access to limited distribution data to prepare the proposal. If concerned parties can not resolve concerns, issues, disagreements, and recommendations with the Contracting Officer, concerned parties may contact the Center/MAJCOM ombudsman, Ms. Amy Smith, AFRL/PK, Wright Patterson AFB, OH, (937) 255-0432, e-mail: amy.smith@wpafb.af.mil. Concerned parties that cannot resolve concerns, issues, disagreements, and recommendations at the MAJCOM/DRU level, may bring matters for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. See Numbered Notes 13, 22, 25, and 26.
 
Place of Performance
Address: Kirtland Air Force Base, New Mexico
Zip Code: 87117
Country: UNITED STATES
 
Record
SN01169409-W 20061025/061023230120 (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.