Federal Bid

Last Updated on 13 Jun 2014 at 8 AM
Solicitation
Location Unknown

Seismic Station Mission Support (SSMS)

Solicitation ID FA7022-14-R-0003
Posted Date 23 May 2014 at 2 PM
Archive Date 13 Jun 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside 8(a) Set-Aside (FAR 19.8)
Contracting Office Amic Det 2 Ol/Pka
Agency Department Of Defense
Location United states
This is a synopsis for a competitive services acquisition as required by FAR Part 5.2. THIS IS NOT A REQUEST FOR PROPOSAL. VENDORS SHOULD NOT SUBMIT FORMAL PROPOSALS UNTIL THE RFP IS POSTED TO THIS WEBSITE. This synopsis is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Additionally, no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.

The Air Force Intelligence, Surveillance and Reconnaissance Agency (AF ISRA) has been tasked to solicit for and award a project for the Seismic Station Mission Support (SSMS) project. A professional, multi-disciplined staff will be required to perform planning, management, support, maintenance, monitoring, and upgrade of three individual sites. The sites are known as Equipment Locations (EL) and are geographically dispersed in North America. The following specific ELs are to be supported by the SSMS effort: EL 079, Cambridge Bay, Canada; EL 244, Flin Flon, Canada; and EL 489, Pinedale Wy. Each of these ELs support AFTAC's mission to detect, locate, identify, assess, and report, in near-real-time, any nuclear detonation. The contractor shall provide monitoring support to AFTAC in achieving the goal of 98 percent of seismic data availability 365 days a year from each of the operational ELs. Additionally, the contractor shall provide maintenance support and sustainment to include daily upkeep of all aspects of the ELs previously mentioned. Due to the unique and highly specialized nature of the AFTAC systems and missions, a high level of coordination and technical expertise is critical. Finally, maintaining a professional working relationship with the host nation personnel at each EL is a paramount contract requirement.

SECURITY REQUIREMENT: The contractor shall lock all doors, windows, and any other access points when the site is unmanned. The contractor shall admit only authorized visitors. The COR will send an authorized access list for all assigned personnel, frequent visitors, and an access message for all infrequent visitors. The notification will indicate on the access message whether the visitor is to be escorted or unescorted. If visitor requires escort, contractor personnel shall escort visitors at all times when they are in the station. Visitors who do not require escorting may be given access codes to the facility if it is required for the performance of their duties; however, the access code shall be changed within 24 hours after departure of the visitors to preclude reentry. Further, for Pinedale, WY, the contractor shall require a current US Secret security clearance for key management personnel, along with all personnel assigned to Pinedale facilities. Program access is limited to "need-to-know" and individuals shall possess the appropriate clearance, program access, and United States citizenship. Department of Defense Contract Security Classification Specification (DD254) compliance is mandatory, and will be incorporated as part of the resulting contract.

This acquisition will be conducted as a competitive 8(a) set-aside. The applicable North American Industry Classification System (NAICS) code is 541330 Engineering Services and the size standard is $14M. The RFP will be available electronically on this website only on or about 09 June 2014. Fax, telephone, written, or email requests for the solicitation package will not be honored. Contract award is anticipated for October 2014. A one year base contract with four (4) one year options is being contemplated. It is anticipated that the contract will be awarded using Firm-Fixed-Price (FFP) operation and maintenance (O&M) CLINs with cost reimbursement line items for sustainment parts. Potential contractors must be registered in the System for Award Management (SAM) to be eligible for award (see https://www.sam.gov/portal/public/SAM ). It is mandatory to obtain a DUNS number prior to registering in SAM by calling Dun & Bradstreet at 1-800-234-3867. All responsible sources may submit a proposal (after issuance of the RFP) and shall be considered for contract award. PHONE CALLS WILL NOT BE ACCEPTED. Firms responding must be an 8(a) firm.

The Air Force Federal Acquisition Regulation (AFFARS) 5352.201-9101, Ombudsman is applicable. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer for resolution. If resolution cannot be made by the Contracting Officer, concerned parties may contact the AF ISR Agency ombudsman, Ms. Veronica Solis, A7K, 102 Hall Street, Ste 258, San Antonio TX 78243-7091, phone: 210-977-4504, fax: 210-977-6414, e-mail: [email protected].

Point of contact is Ms. Patricia Bosinger, Contracting Officer, AF ISR Agency/A7KRB, 10989 South Patrick Drive, Patrick AFB FL 32925, e-mail: [email protected] and Ms. Holly Sopiak, Contract Specialist, email: [email protected].

Bid Protests Not Available

Similar Past Bids

Philadelphia Pennsylvania 18 Apr 2024 at 12 PM
Philadelphia Pennsylvania 18 Apr 2024 at 12 PM
Philadelphia Pennsylvania 18 Apr 2024 at 12 PM
Plaza North dakota 09 Feb 2009 at 4 PM
Tahoma California 05 Apr 2019 at 12 PM

Similar Opportunities

Patrick air force base Florida 25 Apr 2029 at 3 AM
Patrick air force base Florida 25 Apr 2029 at 3 AM
Patrick air force base Florida 22 Aug 2025 at 5 PM
Patrick air force base Florida 22 Aug 2025 at 5 PM
Patrick air force base Florida 22 Aug 2025 at 5 PM