Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 22,1999 PSA#2267

Asc/Pkwr Area C Bldg 1 Rm 111, 1940 Allbrook Drive Ste 3, Wright-Patterson Afb Oh 45433-5309

A -- FOREIGN AIR & SPACE TECHNOLOGIES SOL F33600-99-R-0018 DUE 100499 POC For copy,, For additional information contact B. Berrien/Pkwrb/ [937]257-5666 WEB: Click here for the PIXS home page., http://www.pixs.wpafb.af.mil/. E-MAIL: Click Here to E-mail Buyer*****, berriebd@pkwsmtp.wpafb.af.mil. The National Air Intelligence Center (NAIC), Wright-Patterson AFB, Ohio, is contemplating a five-year dual-award time and material contract for highly specialized scientific and technical analysis (S&TA) required by NAIC to support the national intelligence effort. Specifically, this effort will support NAIC in assessing current, developmental, and projected air, space, electronic, and electro-optical threat systems, subsystems and technologies within NAIC areas of responsibility based upon all-source intelligence information. Potential sources must provide in their response to this announcement the following information: (1) Evidence of previous experience performing in the areas of: (a) General Threat Technology Assessments/Forecasts; (b) Technology Transfer and Proliferation Assessments/Forecasts; (c) Aerodynamic System Analysis; (d) Projected Aerodynamic Systems; (e) Aerodynamic Vehicle Signatures; (f) Aerodynamic System Engagement Analysis; (g) Aerodynamic Vehicle Analytic Methodology and ToolDevelopment; (h) Aerodynamic System Database Development; (i) Aerodynamic Weapon Systems -- Detailed Characterization; (j) Space System Analysis; (k) Spacecraft Design; (1) Spacecraft Computer Modeling; (m) Spacecraft Signatures; (n) Military Space Support Systems; (o) Military Space Employment; (p) Space Mission Control; (q) Space Defense (ASAT); (r) Space Defense Modeling; (s) Information Operations; (t) Projected Space Systems; (u) Intelligence and Force Employment Cycle (IFEC); (v) Space System Database Development; (w) Space Systems -- Detailed Characterization; (2) Evidence of the ability to obtain TOP SECRET/SCI personnel and facility clearance in accordance with Industrial Security Manual (DOD 5220.22M) by contract award; (3) Evidence of TEMPEST capability to include any engineeing data processing equipment; (4) Evidence of the prime contractor's ability to perform at least 51% of all work levied under this contract. All responses will be evaluated against the criteria listed in this announcement. Limit responses to 10 pages or less. Foreign participation on this contract is not authorized. Sources are requested to submit their responses within 30 days after publication of this announcement. All respondents shall indicate whether they are large or small business in relation to SIC Code 8711, size standard $20M. The government reserves the option to set this acquisition aside for small business. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors, when an offeror prefers not to use established channels to communicate his concerns during the proposal development phase of this acquisition. Potential offerors should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman. Potential offerors are invited to contact ASC's Ombudsman, Attn: Mr. Stephen Plaisted, ASC/SY, Bldg 572, 1790 Tenth St., Wright-Patterson AFB OH 45433-7630, at (937) 255-9095, with serious concerns only. Routine communication concerning this acquisition should be directed to the Contracting Officer, Mr Harry Oeters, ASC/PKWRB, WPAFB OH 45433-6503, (937) 257-5666 EXT 4549 The approximate issue/response date will be 03 May 1999. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Posted 01/20/99 (I-SN289715). (0020)

Loren Data Corp. http://www.ld.com (SYN# 0005 19990122\A-0005.SOL)


A - Research and Development Index Page