Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2011 FBO #3632
SOLICITATION NOTICE

L -- FA4600-11-R-0012

Notice Date
11/2/2011
 
Notice Type
Presolicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, Nebraska, 68113-2107, United States
 
ZIP Code
68113-2107
 
Solicitation Number
FA4600-11-R-0012
 
Archive Date
1/31/2012
 
Point of Contact
Cheryl L Haun, Phone: 402-294-7304, Theresa H Bryant, Phone: 402-294-7282
 
E-Mail Address
cheryl.haun@offutt.af.mil, theresa.bryant@offutt.af.mil
(cheryl.haun@offutt.af.mil, theresa.bryant@offutt.af.mil)
 
Small Business Set-Aside
N/A
 
Description
APPROXIMATE SOLICITATION ISSUE DATE: January 2012. The 55th Contracting Squadron will be conducting the solicitation and award of a full and open competition, non-personal services, cost plus incentive fee contract for a base period and four (4) one year option periods. In addition, FAR clause 52.217-8, Option to Extend Services will be included. This effort is to provide support for the National Target Base (NTB) target selection and National Desired Ground Zero (DGZ) List (NDL) construction methods as employed by USSTRATCOM. NTB target selection and DGZ construction software uses a rules-based system using object-oriented design, and numerical algorithms as they relate to DGZ construction and aimpoint optimization. This effort is to provide NTB and NDL Targeting software support capabilities for USSTRATCOM. Contract transition period is expected to be three months starting approximately between 1 October 2012 through 31 December 2012. The National Target Base and National Desired Ground Zero List Integrated Development System (NIDS) III contract supports overseeing the OPLAN 8010 Production and near real-time maintenance. In addition, Contractor must have familiarity with the Department of Defense Intelligence Information System. (DODIIS) Intelligence system's Modernized Integrated Database (MIDB) and Probability of Damage Calculations (PDCALC) methodology, NATO nuclear war planning methodologies, Commercial Joint Mapping Tool Kit (CJMTK) software, NGA mapping standards, and SAMPK methodologies. The contractor must maintain a Top Secret facility clearance with storage capacity for Top Secret documents and equipment. Contractor must be able to support a secret link between USSTRATCOM and offsite development facilities. All contractor personnel shall be United States citizens and possess a Top Secret clearance. Any contractor personnel required to work on the Integrated Strategic Planning & Analysis Network (ISPAN) must have a Top Secret clearance with Single Scoped Background Investigation (SSBI) and be Nuclear Command and Control-Extremely Sensitive Information (NC2-ESI) and Special Compartmentalized Information (SCI) briefed. The NIDS software requirement includes: on-site support for USSTRATCOM Planners; engineering and software services for maintenance and analysis of Government-owned mission planning software; provision of interoperability with other necessary programs; correction of known software deficiencies; incorporation of guidance changes; maintenance of the capability to fix both non-critical and emergency (critical) Software Change Requests (SCRs); and application training of USSTRATCOM personnel. Contractor must be able to meet all requirements of the Performance Work Statement (PWS), certification requirements, and appropriate security clearances. This project is classified up to Top Secret. Individuals may require access to NC2-ESI and SCI. An interim Top Secret clearance does not satisfy DD254 requirements. Contractor must comply with guidelines specified in the DD Form 254, Contract Security Classification Specification (draft DD Form 254 to be issued with the draft RFP). This acquisition will be conducted using negotiated procedures in accordance with FAR Part 15. The Request For Proposal (RFP) and all associated documents, when issued, will be posted on the required government wide point of entry. A draft solicitation will be available through FedBizOps. Offerors are encouraged to subscribe/register for this solicitation number through http://www.fedbizopps.gov to ensure they automatically receive all documents associated with the procurement in a timely manner. All associated documents will be released electronically, except for the Technical Library CD, which will be provided at the Site Visit scheduled for 9 November 2011 (see announcement of site visit posted on FedBizOps). The NAICS code is 541511, and the size standard is $25M. Anticipated award date is Fall 2012. Address questions via email to the contracting officer or contract specialist only. No discussions will be conducted telephonically.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/55CONS/FA4600-11-R-0012/listing.html)
 
Place of Performance
Address: U.S. Strategic Command, 901 SAC BLVD STE 1A1, Offutt AFB, Nebraska, 68113, United States
Zip Code: 68113
 
Record
SN02616926-W 20111104/111102234623-9e4392b14ae1088cddf44087e5321b84 (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.