Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2012 FBO #3960
SOURCES SOUGHT

R -- Scientific Management Advice for Research and Technology (SMART) - SOC Template

Notice Date
9/25/2012
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL, Space Vehicles Directorate, Kirtland AFB, 2251 Maxwell Ave, Kirtland AFB, New Mexico, 87117
 
ZIP Code
87117
 
Solicitation Number
FA9453-13-R-0246
 
Archive Date
11/10/2012
 
Point of Contact
Cardin Crossland, Phone: 505.846.8060, Teofilo Bautista,
 
E-Mail Address
AFRL.RVKVS.FBOCENTER@kirtland.af.mil, AFRL.RVKVS.FBOCENTER@kirtland.af.mil
(AFRL.RVKVS.FBOCENTER@kirtland.af.mil, AFRL.RVKVS.FBOCENTER@kirtland.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOC Template THIS ANNOUNCEMENT IS A SOURCES SOUGHT NOTICE. This is not a Request for Proposal (RFP), Request for Quotation (RFQ) or an Invitation for Bid (IFB). This notice is not to be construed as a commitment, implied or otherwise by the Government, to issue a solicitation or ultimately award a contract. Information received as a result of this notice will be considered as market research and used for planning purposes only. Any costs incurred as a result of this announcement shall be borne by the responder and will not be charged to the Government for reimbursement. Response to this announcement is strictly voluntary. The Government reserves the right to reject with impunity in whole or in part any input received as a result of this announcement. The Air Force Research Laboratory's (AFRL) Space Vehicles Directorate (AFRL/RV) and Directed Energy Directorate (AFRL/RD) are seeking small business sources capable of providing Advisory and Assistance Services (A&AS) to support research and development for the advancement of space and directed energy technologies primarily at Kirtland AFB, NM. The effort will include professional research and development engineering and management services necessary to ensure AFRL/RV and AFRL/RD can continue to develop state-of-the-art technologies to advance high performance operational systems with sustained operational reliability to meet the warfighter's requirements. Specifically, the AFRL directorates require strategic research and development planning support to ensure they develop proper technology. Both Directorates require professional support for organizational policy development and decision making and management services for research and development activities. These services may take the form of information, advice, opinions, alternatives, studies, analyses, evaluations, recommendations, training and technical services. The scope of this work shall encompass professional services for: strategic and technology planning for, business and leadership development for, and integration of, space, directed energy and missile defense technology developments with Air Force Major Command needs; cooperative requirements and technology planning with the National Aeronautics and Space Administration's space technology development centers; and technical analysis and management support of joint technology development programs with the Missile Defense Agency, High Energy Laser Joint Technology Office and the Operationally Responsive Space Office. The effort will encompass planning, coordinating and evaluating development and/or production of systems/subsystems/technologies to meet cost, schedule and performance criteria as well as the ability to plan, analyze and evaluate research and development, engineering and technical efforts used to define total weapon system/subsystem/technology requirements. In addition, the services of Subject Matter Experts (SMEs) may be required on a full time, part time or temporary basis to review the status of ongoing programs, provide recommendations for redirection of existing or establishment of new programs and develop and/or deliver information (in the form of briefings, papers, participation in meetings, etc.) to higher level AF, DOD and other organizations. SMEs must be highly qualified (based on experience and/or education) and have high professional standing within the community of interest. To meet the needs of the AFRL/RV, potential contractors will be required to have a thorough understanding of the challenges facing space technologies in the areas of Responsive Space, Defensive Space Control, Space Intelligence, Surveillance, Reconnaissance, Space Communications and Satellite Control, Space Situational Awareness and Counterspace. In addition, contractors will need a thorough understanding of AFRL/RD directed energy technologies such as laser, high power electromagnetics, and optics and imaging to meet the challenges required for Force Protection, Long Range Strike, Precision Engagement, Counter Electronics and Space Superiority. The effort(s) will require the following: • technical analysis reports, strategic planning documents, technical consultation and senior financial advice on space and directed energy technology investment strategies; • analyses to identify potential space and directed energy business development opportunities and methods for pursuing these opportunities; • interfacing directly with the various Major Commands', System Program Offices', academia's or commercial industry's plans and programs offices and leadership to provide strategic consultation on future space or directed energy systems taking into account projected science and technology advances; and • studies to evaluate the payoff of emerging, developing and current technologies for application to advanced space and directed energy systems. If a subsequent acquisition or a related effort should result, a 3 year Indefinite-Delivery Indefinite-Quantity (IDIQ) contract with multiple Cost Plus Fixed Fee (CPFF) task orders is anticipated. The total 3 year effort is estimated at ~ 34 man years. It is expected that contractors will have access to or will generate data that is unclassified and/or classified with limited distribution and/or subject to U.S. Export Control laws reference DFARS Clause 252.204-7008, "Export-Controlled Items". This requires certification with the Defense Logistics Agency (DLA) located at http://www.dlis.dla.mil/jcp/search.aspx. Additionally, an organizational conflict of interest clause will be incorporated within any resultant contract, reference AFFARS Clause 5352.209-9000, "Organizational Conflict of Interest" (OCT 2010) and AFFARS Clause 5352.209-9001, "Potential Organizational Conflict of Interest" (OCT 2010). Security Requirements for the effort would be up to Top Secret/SCI. ONLY small business concerns are invited to submit a Statement of Capability (SOC). Respondents MUST qualify as a small business under the North American Industry Classification System (NAICS) code 541690, Other Scientific and Technical Consulting Services, size standard not to exceed $14,000,000.00. Small Businesses responding to this announcement shall indicate their DUNS number and small business type, i.e., 8(a), hub-zone certified, service disabled veteran-owned, veteran-owned, woman-owned, small disadvantaged business, etc. FOREIGN OWNED FIRMS AND FOREIGN NATIONALS ARE NOT ALLOWED TO PARTICIPATE AT ANY LEVEL AND/OR TIER INVOLVING THIS NOTICE OR ANY POSSIBLE SUBSEQUENT ACQUISITION THAT MAY RESULT. In order for the Government to determine if subsequent acquisitions can be set aside for small business concerns the SOC shall contain pertinent and specific information addressing areas 1 - 5 below: 1. Expertise - corporate experience and/or the ability to provide technical knowledge for the full range of ongoing and future military Space Vehicles and Directed Energy technologies outlined in this announcement. For any work and/or experience represented as similar to the effort described above, the SOC must include the contract number, and name, address and telephone number of the contracting officer. If work was accomplished as part of a team, clearly identify corporate role, as well as roles of associate, prime or subcontractors; 2. Expertise - corporate experience and/or the ability to provide strategic research and developmental planning support and program management support for the types of military programs outlined in this announcement. For any work and/or experience represented as similar to the effort described above, the SOC must include the contract number, and name, address and telephone number of the contracting officer. If work was accomplished as part of a team, clearly identify corporate role, as well as roles of associate, prime or subcontractors; 3. Resumes demonstrating capabilities and related experience of personnel relevant to the requirements outlined in this announcement; 4. Clearly demonstrate the ability as the prime to complete at least 50 percent of the effort outlined in this announcement and clearly demonstrate how the efforts not supported by the prime will be supported; and 5. Demonstrate the ability to obtain, within 30 days of contract award, the personnel necessary to support the full range of work outlined in this announcement at the Top Secret / SCI level. NOTE: Should there be a subsequent acquisition only an offeror capable of getting access to a facility cleared to the Top Secret level and who has sufficient Top Secret cleared and qualified personnel will receive an award. The SOC Package must be received no later than Friday, 26 October 2012, 10:00AM Mountain Time at: Air Force Research Laboratory/RVKVS Attn: Cardin F. Crossland 3550 Aberdeen Avenue SE Kirtland AFB, NM 87117-5776 The SOC Package shall include 2 hardcopies and 1 CD-R substantiating each qualification described in 1 - 5 above. The SOC shall not exceed 8 pages and shall be single-spaced, one-sided, 12-point font, Times New Roman, excluding resumes. Resumes shall not exceed 2 pages per person and shall be single-spaced, one-sided, 12-point font, Times New Roman. Submitted information shall be unclassified. Proprietary information shall be marked as such on a page by page basis. Written responses or dialog with respondents clearly indicated as competition-sensitive or proprietary shall be handled appropriately. NOTE: For your convenience an SOC template is attached. Any responses received after the specified date and time will not be considered and rejected. Any responses received not addressing all of the above requirements will be considered not capable and rejected. To be found capable, potential offerors must clearly demonstrate acceptable corporate capability and/or personnel experience in all areas described above or outline credible plans for the subcontracting of areas in which in-house capability is limited or nonexistent. Refer contracting questions and concerns to: Primary: Cardin Crossland, phone (505) 846-8060 or email AFRL.RVKVS.FBOCENTER@kirtland.af.mil Alternate: Teofilo "Chuck" Bautista email AFRL.RVKVS.FBOCENTER@kirtland.af.mil Refer technical questions and concerns to: Primary: Mary Lou Robinson, email AFRL.RVKVS.FBOCENTER@kirtland.af.mil Alternate: Bob Ayres, email AFRL.RVKVS.FBOCENTER@kirtland.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLPLSVD/FA9453-13-R-0246/listing.html)
 
Place of Performance
Address: Kirtland AFB, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN02898012-W 20120927/120926002422-02d5cd883b093c1a35f210fb6e529ae6 (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.