Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2012 FBO #3921
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
 
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 |
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.