SOURCES SOUGHT
R -- Sensors Operations Support Expertise Services
- Notice Date
- 10/13/2011
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- General Services Administration, Federal Acquisition Service (FAS), FAS Acquisition Operations Division (5QZA), 230 S. Dearborn Street, Room 3280, Chicago, Illinois, 60604, United States
- ZIP Code
- 60604
- Solicitation Number
- 5TP57110050
- Point of Contact
- Eben R. Greybourne, Phone: (312) 886-3811, Micky A. Mayes, Phone: 312-886-8820
- E-Mail Address
-
eben.greybourne@gsa.gov, micky.mayes@gsa.gov
(eben.greybourne@gsa.gov, micky.mayes@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- Title: Sensors Operations Support Expertise Services Solicitation Number: 5TP57110050 OPENING STATEMENT: The Governments objective of this procurement is to purchase commercial services in support of the Air Force Research Laboratory (AFRL) Sensors Directorate (AFRL/RY) to provide Sensors Operations Support Expertise Services. The purpose of this notice is to (1) solicit the names of interested vendor(s) and their business size and capabilities. The Government will use this market research in determining its solicitation strategy, and (2) announce the pending release of a solicitation for the required Sensors Operations Support Expertise Services. To obtain market information, the Government requests that all interested parties RESPOND TO THE FOLLOWING QUESTIONS ON OR BEFORE 1 NOVEMBER 2011. Release of a solicitation is tentatively planned for mid November 2011. However, this notice does not obligate the Government to solicit for this requirement or award a contract. RESPONSES TO THIS NOTICE: Vendors who can fulfill this requirement and who would be interested in submitting a proposal, in the event that a solicitation is issued, are requested to provide the following information in response to this request - 1. Name of Company: 2. Address of Company: 3. Name, phone number and email address of company representative. 4. Company size standard and/or socio-economic standing; i.e., large business, small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, or women-owned small business. 5. A statement confirming that you have reviewed and can comply with the work description summary included with this announcement (below). 6. As statement confirming that your firm has current TS/SCI security clearances for the security positions. Responses should be emailed to: Eben Greybourne, Contracting Officer at eben.greybourne@gsa.gov. REQUIRING ACTIVITY: This is a requirement of the U.S. Air Force Research Laboratory (AFRL) Sensors Directorate (AFRL/RY), Integration & Operations Division ( RYOE), Wright Patterson AFB, Ohio 45433. AFRL/ RYOE is responsible for reconnaissance, surveillance, precision engagement, and electronic warfare capabilities for America's Air and Space Forces by developing, demonstrating and transitioning from concept to practice advanced sensors and sensor technologies.. The vendor selected to fulfill this requirement will support this AFRL/ RYOE mission objective. INCUMBENT CONTRACTOR: This is a follow-on requirement. The current contractor is General Dynamics Information Technology (GDIT). As prescribed by FAR 5.207, the following information is provided. (1a) National Stock Number (NSN) if assigned: Not Applicable (1b) NAICS Code: 541611 Administrative Management and General Management Consulting Services (1c) Product Service Code: R408 - Program Management/Support Services (1d) Small Business Size Standard: Average annual receipts over the past three years not exceeding $7 million. (2) Specification/Description of Requirement (summary): General Scope - The contractor shall perform non-personal services and provide all supporting functions, tools, materials, vehicles, and sub contracting necessary to support the Air Force Research Laboratory (AFRL) Sensors Directorate (AFRL/RY). This support shall be performed on Wright Patterson AFB and at various WPAFB satellite locations. This support includes tasks to ensure effective operations and support of the research and development mission of AFRL. These services will consist of support to areas such as: research, marketing, technology transfer, security, graphics, CAD drawings, technical reports, information management, financial management, suspense tracking, human resources, software architectures, database management, administrative assistance, video-teleconferencing, corporate development, symposia, meetings, and conferences (including displays). Primary Performance Objectives of this contract fall into the following cataegories. Primary Performance Objectives of this contract fall into the following cataegories. Objective 1 - Administrative Assistance Support Objective 2 - Security Management Support Objective 3 -Safety Support Objective 4 -Graphics and Publication Support Objective 5 -Facility Support Objective 6 -Human Resource Assistance Services Objective 7 -Financial Resource Assistance Services Objective 8 -Historical Resource Assistance Services Objective 9 -Communication & Marketing Resource Assistance Services Objective 10 -Information Architect Support Services Objective 11 -Records Management Support Services Objective 12 -Safety, Hazardous Materials & Emergency Management Support Services Objective 13 -Conference Support Services Objective 14 -Sensor Program Management & Technical Support Services Meeting Objectives - attendance and participation Contract-wide Objectives regarding contract management To perform this contract the Contractor will be evaluated on corporate experience and the experience of the proposed staff to perform all aspects of the work. A number of specialized skills or certifications will be required. As a minimum, these include the following: •· Information Security personnel with Information Protection Security Manager's Training and possession of a Preventative Maintenance Inspection Certification, with the ability to obtain DoD Security Fundamentals Professional Certification Tier I and II, within 6 months of contract award if not currently certified. •· Certification and Accreditation Manager capability with experience to prepare, submit, and track all Secret Internet Protocol Router Network ( SIPRNet) Terminal C&A packages, and possessing a DoD Security Fundamentals Professional Certification (SFPC), Microsoft SQL Server Management Studio (Security +) certification, and having a TS/SCI clearance •· CCaRS Finance Specialist capability have the highly unique experience necessary to work with CCaRS (an AFRL develop unique financial software product). •· Information Architecture expertise including diverse experience with software languages and certified in Microsoft Security+ •· Hazardous Materials expertise with unique experience managing a hazardous materials program and familiarity with OSHA requirements. •· Safety expertise in ESOH (Environmental, Safety, and Occupational Health systems), EM (Emergency Management) and UEC (Unit Environmental Coordination) with vast experience in conducting a large enterprise environmental safety and occupational health program, and who has specialized skills in running a laser safety program within a research laboratory. This work requires certification in laser safety, CPR (Cardiopulmonary Resuscitation), and use of AEDs (Automated External Defibrillators) •· Conference Support expertise. This work requires Meeting Planner certification and experience running national level conferences supporting up to several hundred attendees. (3) Manufacturer: Not Applicable (4) Size, dimensions, or other form, fit or functional description: Not Applicable (5) Predominant material of manufacture: Not Applicable (6) Quantity, including any options for additional quantities: Approximately 23 FTE (Full time equivalent) positions for core requirements, with the potential from up to 20 additional FTEs for optional requirements, plus materials. It is anticipated that the contract will use a combination of fixed price and time & material pricing. (7) Unit of issue: Not Applicable (8) Destination information: End items shall be delivered to, and services perform at, AFRL/PR at Wright Patterson AFB, Ohio or satellite locations. (9) Delivery schedule: As prescribed on individual task directives. (10) Duration of the contract period: potential for 3 years (one-year base period and 2 one-year option periods) (11) Contract award -- (i) A description of the procedures to be used in awarding the contract: Pending responses to this announcement, the Government plans to solicit this requirement as an Open Market request for proposals. The Government has not yet determined the method of proposal evaluation. Both "technically acceptable-low price" and "best value" evaluation methods are under consideration. (ii) The anticipated award date. 1 February 2012 (12) Architect-Engineer project Information: Not Applicable (13)(i) FAR clause at 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act, or an equivalent agency clause: Not Applicable (ii) FAR clause at 52.225-5, Trade Agreements, or an equivalent agency clause: Not Applicable (iii) FAR clause at 52.225-11, Buy American Act-Construction Materials Under Trade Agreements, 52.225-23, Required Use of American Iron, Steel, and Other Manufactured Goods-Buy American Act-Construction Materials Under Trade Agreements, or an equivalent agency clause: Not Applicable (14) Non-Competitive Information: Not Applicable (15) Fair Opportunity/Award Consideration: Solicitation strategy has not yet been finalized. In the absence of adequate response to this notice from eligible and technically responsive small businesses the Government anticipates soliciting all responsible sources. (16) Solicitation Availability: The solicitation will be released in approximately 30 to 60 days. The solicitation will be released through this GPE (Government-wide Point of Entry) portal (FedBizOpps). A written (hard copy) solicitation will not be issued. (17) Electronic Data Interchange: Not Applicable (18) Technical Data Source: Solicitation END OF SYNOPSIS
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/384c07727e03c3fec1d6d05e0b3126fd)
- Place of Performance
- Address: Wright Patterson AFB and satellite locations, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02607019-W 20111015/111013234810-384c07727e03c3fec1d6d05e0b3126fd (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 |