SOURCES SOUGHT
R -- Seismo Acoustic Monitoring Program (SAMP) Follow-On Contract
- Notice Date
- 8/17/2012
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of the Air Force, AF ISR Agency, AF ISR Agency/A7KR, 1030 S Hwy A1A (Bldg 989), Patrick Air Force Base, Florida, 32925-3002, United States
- ZIP Code
- 32925-3002
- Solicitation Number
- FA7022-12-R-SAMP
- Archive Date
- 9/19/2012
- Point of Contact
- Patricia K. Bosinger, Phone: 3214940998
- E-Mail Address
-
patricia.bosinger@patrick.af.mil
(patricia.bosinger@patrick.af.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY ANNOUNCEMENT. No solicitation will be issued at this time. The AF ISR Agency has a follow-on contract requirement to provide a Seismo Acoustic Monitoring Program (SAMP) to support the subsurface mission area. This effort supports the Air Force Technical Application Center (AFTAC) in the following two areas: (1) maintaining the seismo-acoustic arrays in South Korea and (2) performing seismic and acoustic research, developing studies and analyses. SAMP maintains these sites and provides for Research and Development (R&D). The contractor must be able to effectively and efficiently perform seismic and infrasonic technical studies and analyses to support treaty monitoring strategies and operate and maintain seismo-acoustic sites consisting of broadband seismometers and infrasound sensor arrays. Potential offerors must demonstrate a current working relationship with the Korea Institute of Geoscience and Mineral Resources (KIGAM) or demonstrate ability to secure such a relationship prior to contract award. KIGAM will be the designated subcontractor to perform field level maintenance at the sites. Potential offerors will perform depot-level maintenance capability as well as oversight of KIGAM work. Travel will also be needed for planned maintenance trips as well as hosting Program Management Reviews (PMRs). Research requirements will develop seismo-acoustic analysis methodologies for data from multiple arrays for detection, location and characterization of explosions and include performing the following efforts: Site/Station optimization/calibration Noise characterization/reduction Dynamic firmware process integration Continued monitoring/assessment/correcting of operational issues Infrasound software integration Infrasound bulletin generation with ground truth Continued test bed operations to compare configurations Tuning array for optimal performance Interested firms are requested to submit a capability statement (maximum of five (5) pages, not including the cover page) in writing NLT 04 SEP 2012. The Government will not reimburse the costs of preparing responses to this request for information. The capability statements should show evidence of the offeror's ability to provide the services described above and at a minimum include the following information: Company name, point of contact, email address, telephone number and type of business and size; Brief description of any relevant company experience and capabilities related to the requirements outlined above; The capabilities of key personnel relating to the requirements outlined above; and Documented relationship with KIGAM or substantial proof that an agreement will be reached by date of contract award (i.e., letter of intent, etc); and, The government intends to make a single award to a technically responsive, responsible contractor. A Firm Fixed Price (FFP) contract is contemplated for the O&M portion and a Cost Plus Fixed Fee (CPFF) or straight Cost for R&D and travel. The contract will have a 1-year base period and 4 one-year options (1 Oct 2013 - 30 Sep 2018). This sources sought is for planning purposes only and does not commit the Government to pay for information requested, issue a solicitation, or award a contract. All potential offerors are reminded that in accordance with FAR 52.204-7, all potential contractors should be registered in the Central Contractor Registration (CCR) (now migrated to System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ ). Lack of registration in the SAM will make the offeror ineligible for contract award. NOTE: It is the responsibility of all potential offerors to monitor these sites for release of any future synopsis or release of the solicitation. Applicable NAICS is 541690, Size Standard is $6.5M. RESPONSES ARE DUE NO LATER THAN 04 SEP 2012. No telephone calls will be accepted. Offerors may forward capabilities statements and direct all questions regarding this Sources Sought Announcement to the attention of Ms. Patricia Bosinger, Contracting Officer, at email: patricia.bosinger@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d67fcd2103a211351e6bcbaf06d3c7f5)
- Place of Performance
- Address: 1030 South Highway A1A, Patrick AFB, Florida, 32925, United States
- Zip Code: 32925
- Zip Code: 32925
- Record
- SN02844523-W 20120819/120817235602-d67fcd2103a211351e6bcbaf06d3c7f5 (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 |