Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 13, 2023 SAM #7990
SOURCES SOUGHT

R -- Air Force Technical Application Center Meteorological Modeling, Analysis, and Subject Matter Expertise 2 (MMAS 2) Services

Notice Date
10/11/2023 11:44:04 AM
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
FA7022 AMIC DET 2 OL PATRICK PKA PATRICK SFB FL 32925 USA
 
ZIP Code
32925
 
Solicitation Number
FA702224R0001
 
Response Due
10/25/2023 1:00:00 PM
 
Archive Date
11/09/2023
 
Point of Contact
Neil Belden, Phone: 3214946537, Shawna Kettell, Phone: 3214948061
 
E-Mail Address
neil.belden.1@us.af.mil, shawna.kettell@us.af.mil
(neil.belden.1@us.af.mil, shawna.kettell@us.af.mil)
 
Description
METEOROLOGICAL MODELING, ANALYSIS, AND SUBJECT MATTER EXPERTISE SERVICES II (MMAS II) SOURCES SOUGHT 1.0 Description 1.1 The Sources Sought Notice does not constitute a Request for Proposal (RFP), Request for Quote (RFQ) or an Invitation for Bid (IFB). Since this is a Request For Information/Sources �Sought announcement, no evaluation letters and/or results will be issued to the respondents. No reimbursement will be made for any costs associated with providing information in response to this announcement. This announcement does not obligate the Government to award a contract. No telephone calls will be accepted requesting a bid package or solicitation. A solicitation does not presently exist. The Air Force will not accept or acknowledge emails over 5MB, brochures, samples, catalogs, and any other marketing solicitation information. The Government may use the information obtained from responses to this notice in determining its acquisition approach, but the issuance of this notice does not restrict the Government�s acquisition approach. 1.2 The Air Force Technical Applications Center (AFTAC) and AMIC DET 2 OL/PKA (Patrick SFB, FL) is conducting Market Research for non-personal services for information and planning purposes in support of the 24th Analysis Squadron Meteorological Flight�s (24ANS/ANM) requirement for atmospheric modeling, weapons of mass destruction (WMD) analysis, meteorological and modeling expertise support. Services include providing subject matter expertise, atmospheric science, modeling, and the development of technical capabilities with emphasis in the following areas: (a) urban environment transport and dispersion (T&D); (b) Space Weather modeling (c) development and implementation of airborne material source term estimation (STE) methodologies for WMD defense applications (d) Weather Research and Forecast (WRF) model for meteorological prediction and atmospheric event reconstructions; (b) atmospheric T&D with emphasis on WMD; (f) operational software development. Both Research and Development (R&D) and Operations and Maintenance (O&M) tasks are expected.� This Sources Sought is one of the elements of the Government�s Market Research and will be used to determine the acquisition approach and, if needed, to determine sub-contracting goals. Therefore, if a company has the capabilities to participate as a contractor/sub-contractor, please provide that information. 1.3 In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company�s ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). 2.0 Contract Information 2.1 The Government contemplates award of a Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with a five (5) year ordering period. The anticipated maximum IDIQ value is $5M. 2.2 Estimated Period of Performance (POP): 1 August 2024 � 31 July 2029 2.3 The North American Industry Classification System (NAICS) Code is 541990, All other�Professional, Scientific and Technical Services. The small business size standard for annual average gross revenue for the last three fiscal years is not to exceed $9.5M. 2.4 Security Requirements: Contractor personnel supporting this requirement shall have a final U.S. Government issued TOP SECRET (TS//SCI) security clearance and be DCID 6/4 eligible with a current Single Scope Background Investigation (SSBI) upon award of contract. US Citizenship is required for all personnel supporting on the contract. 3.0 Requested Information 3.1 Interested companies should submit information as to the capabilities, capacity and experience to perform the tasks set forth in the draft performance work statement (PWS). companies should provide the percentage of tasks they can accomplish and supporting information which demonstrates your capabilities to meet that percentage. Supporting information shall not reiterate the language of the tasks provided in the draft PWS, but rather, it shall provide details regarding your company's capabilities to execute these tasks. companies should state if there is interest to participate as a prime contractor or sub-contractor. Sub-contracting information will assist the Government to determine sub-contracting goals. 3.2 The capabilities package should describe relevant contract experience offered to Government and commercial customers. Include a reference to the contract number, magnitude, place of performance and points of contact for each example provided (name, point of contact, mailing address, e-mail, telephone number, and the company�s web page {if applicable}). Submitted information shall be UNCLASSIFIED. 3.3 Company capability statements shall provide administrative information and shall include the following at a minimum: 3.3.1 Name (point of contact including title) 3.3.2 Mailing address 3.3.3 E-mail address 3.3.4 Telephone number 3.3.5 Company�s web site (if applicable) 3.3.6 CAGE code 3.3.7 Unique Entity Identifier (UEI) instead of the DUNS 3.3.8 Contract vehicles that would be available to the Government for the procurement of the product and service, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) 3.3.9 Companies responding must state whether they are a Small Business (SB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), HUBZone Small Business (HSB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), Historically Black College or University or Minority Institution (HBCU/MI), 8(a) companies, an Indian Tribe or Alaskan Native Corporation or a Large Business based on the size standards in Para 1.5 above. 3.4 Provide a response on the 5-year ordering period, pricing of this period, desired options during this period for pricing and if this is a desired POP length for the requirement. 3.5 Provide desired interest in a potential Industry Day, to be held virtually. 3.6 Provide the facility security clearance of the offeror or alternate arrangement that allows the offeror to conduct classified work. 3.7 Technical Expertise: 3.7.1 What specific technologies, tools, or software platforms do you have expertise in? 3.7.2 Can you provide examples of projects where you have successfully implemented similar technologies? 3.7.3 Do you have any specialized certifications or training related to the required technology? 3.8 Future Technology Trends: 3.8.1 Can you provide insights into emerging technology trends that could be relevant to the project? 3.8.2 How do you stay updated with the latest advancements in technology within your industry? 3.8.3 Do you have a research and development (R&D) department or innovation initiatives in your company? 3.9 Software Maintenance and Support: 3.9.1 What level of maintenance and support do you provide for your technology solutions? 3.9.2 Can you describe your process for handling bug fixes, updates, and enhancements? 3.9.3 Do you offer any service level agreements (SLAs) for response times and issue resolution? 3.10 Security and Data Protection: 3.10.1 How do you ensure the security and confidentiality of data and information in your technology solutions? 3.10.2 Are you familiar with and compliant with relevant DoD security standards and regulations? 3.11 Capacity and Resources: 3.11.1 Can you demonstrate the ability to meet the requirement? 3.11.2 What resources, facilities, or equipment do you have available to support this project? 3.11.3 How do you ensure quality control and maintain product/service standards? 4.0 Responses 4.1 Please submit your capabilities packages electronically to Mr. Neil D. Belden Contract Specialist, email: neil.belden.1@us.af.mil and Ms. Shawna Kettell, Contracting Officer, email: shawna.kettell@us.af.mil. Responses must be submitted no later than 1 P.M. Eastern Daylight Time (EDT) on 25 October 2023. Any questions may be directed to Mr. Neil Belden and Ms. Shawna Kettell and must be received no later than 1 P.M. Eastern Daylight Time (EDT) on 18 October 2023. No facsimile responses or phone calls will be accepted. The Government will not award a contract solely on the basis of this Sources Sought, nor will it reimburse the company for any costs associated with preparing or submitting a response to this notice. 4.2 Responses shall be limited to ten (10) pages. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. All submissions become Government property and will not be returned. All Government personnel reviewing responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. 4.3 It is the submitter�s sole responsibility to verify the package was delivered or the e-file was received and can be viewed. NOTE: It is the responsibility of all potential offerors to monitor these sites for release of any future synopsis or release of the solicitation. Currently no solicitation documents exist at this time. 5.0 Industry Discussions: AFTAC representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks. 6.0 Questions: Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting POCs stated in Para 4.1 above. Questions will be answered by posting answers on the Contracting Opportunities (Sam.gov) website. Questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 1:00 P.M. Eastern Daylight Time (EDT) on 18 October 2023 will be answered. 7.0 UNCLASSIFIED DRAFT PERFORMANCE WORK STATEMENT DATED 4 October 2023 is attached to this sources sought announcement.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b80e185e42934ac38f7f44f68809413c/view)
 
Place of Performance
Address: Melbourne, FL 32935, USA
Zip Code: 32935
Country: USA
 
Record
SN06857547-F 20231013/231011230056 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.