Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 08, 2016 FBO #5280
SOLICITATION NOTICE

R -- AFNWC Overpressure Fine Element Analyses

Notice Date
5/6/2016
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFNWC/PZNK, 1551 Wyoming Blvd SE, Kirtland AFB, New Mexico, 87117, United States
 
ZIP Code
87117
 
Solicitation Number
FA2360-16-R-8037
 
Archive Date
9/16/2016
 
Point of Contact
Lisa Postma, Phone: 505-846-4362, Johnny "Karter"" Montano, Phone: 505-853-0797
 
E-Mail Address
lisa.postma@us.af.mil, johnny.montano@us.af.mil
(lisa.postma@us.af.mil, johnny.montano@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Air Force Nuclear Weapons Center Contracting (AFNWC/PZNK), Kirtland AFB NM intends to issue a solicitation for Overpressure Finite Element Analysis on or about 23 MAY 16. Requirement. The requirement includes Finite Element Modeling (FEM) and explosives simulation for the AFNWC. Activities include the design and execution of simulated nuclear overpressure effects studies using FEM and analysis of model outputs. The resulting outputs shall be used to predict overpressure effects on real aircraft parts during overpressure testing. These efforts shall be performed at contractor or subcontractor facilities. Notice to Offerors. Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. Funding is anticipated to be available prior to the estimated award date of 15 SEP 16. General Information. The acquisition will be a total set-aside for small businesses IAW FAR 19.3. This will be a best value, single award utilizing the Price Performance Tradeoff (PPT) method. All CLINs will be Cost Plus Fixed Fee (CPFF) except Travel which will be Cost Reimbursable (CR). The period of performance is estimated to be no more than 12 months from the performance start date. Estimated start date is 15 SEP 16. The small business size standard applicable to NAICS 541330 is Exception A, Military and Aerospace Equipment and Military Weapons, $38.5M. Restrictions. AFNWC is authorized to exclude all foreign participation at the prime contractor level for subject procurement. Foreign participation is prohibited at the prime contractor level. U.S. based offerors must disclose any proposed use of foreign nationals (FNs), their country(ies) of origin, the type of visa or work permit possessed, and the Performance Work Statement tasks intended for accomplishment by the FN(s). Offerors are advised that FNs proposed to perform may be restricted under U.S. Export Control Laws due to the nature of the technical data. Restrictions on Performance by Foreign Citizens (i.e., those holding non U.S. Passports). This topic is "Export-controlled." The information and materials provided pursuant to or resulting from this topic are restricted under the ITAR, 22 C.F.R. Parts 120 - 130 or the EAR, 15 C.F.R. Parts 710 - 774. Foreign Citizens may perform work under an unclassified award resulting from this topic only if they are designated as a US Person, as defined by 22 CFR § 120.15 or if offeror is able to obtain an export license through the Department of State or Department of Commerce. Foreign Citizens designated as US Persons are not permitted to perform work under a classified award. Foreign citizens will at no time be allowed to work on Air Force installations. Facility Clearance. A requirement of the solicitation will be that the offeror shall assert that they have a SECRET Facility Clearance as of the submission of their proposal. Security Clearance. A Secret Restricted Data/Formerly Restricted Data (SRD/FRD) clearance is required to perform the work identified in the Performance Work Statement. Drawings. Portions of the solicitation will contain drawings that are Export Controlled, Unclassified Documents. To access the drawings, an FBO.gov vendor is required to have a valid Marketing Partner Identification Number (MPIN), be certified in the Joint Certification Program (JCP), and request Explicit Access to view the document. The FBO Vendor guide, paragraph 4.8 at: https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdfhttps://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf provides basic information on how to obtain explicit access and export controlled documents. The Defense Logistic Information Service (DLIS) administers the JCP which allows a company to be eligible to download documents marked Export Controlled. This certification establishes that a company is a U.S. or Canadian contractor eligible to receive unclassified technical data that is under the control of the U.S. Department of Defense (DoD) or the Canadian Department of National Defense (DND). The JCP website is: https://www.dlis.dla.mil/jcp/ SAM. All prospective contractors must be registered in the System for Award Management (SAM) in order to be eligible for contract award. For registration, go to http://www.sam.gov and follow the instructions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b43828982abde1b089d785df4ec0b633)
 
Record
SN04108122-W 20160508/160506233841-b43828982abde1b089d785df4ec0b633 (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.