The RFP Database
New business relationships start here

GAS ANALYSIS SERVICES-TECHNICAL OPERATIONS NEED (GASTON)


Florida, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

1.0 Description
1.1 The Air Force Applications Center (AFTAC), Systems Development Directorate Treaty Monitoring Systems (SDBC) and AMIC DET 2/OL/PKA (Patrick AFB FL) are conducting Market Research for non-personal services for information and planning purposes in support of the possible acquisition of atmospheric gas analysis services. 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 contractor's company has the capabilities to participate as a contractor/sub-contractor, please provide that information.


1.2 The Sources Sought Notice does not constitute a Request for Proposal (RFP), Request for Quote (RFQ) or an Invitation for Bid (IFB). 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 acquisition approach. The Government contemplates award of an 8-year, Indefinite Delivery/Indefinite Quantity (IDIQ) Contract, with an eight (8)-year ordering period.


1.3 Interested firms should submit information as to the capabilities, capacity and experience to perform the tasks set forth in the classified draft Performance Work Statement (PWS). Firms 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. The PWS for this acquisition is classified SECRET; please contact Ms. Amy Schultz at (321) 494-9476 or email amy.schultz.5@us.af.mil for instruction on obtaining a copy.


1.4 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, fax number and the company's web page (if applicable)). Submitted information may be UNCLASSIFIED or CLASSIFIED up to SECRET, however, offerors are responsible to safeguard information submitted appropriately.


1.5 The North American Industry Classification System (NAICS) Code is 541380, Testing Laboratories. The small business size standard for annual average gross revenue for the last three fiscal years is not to exceed $15M.


2.0 Information
2.1 Estimated Period of Performance: 1 Oct 2019 - 30 Sep 2027


2.2 Security Requirements: See requirements below.


3.0 Requested Information
3.1 Company capability statements shall provide administrative information and shall include the following at a minimum:


3.2 Name (point of contact), mailing address, e-mail, telephone number, fax number and company's web site (if applicable)


3.3 The facility security clearance of the offeror or alternate arrangement that allows the offeror to conduct classified work


3.4 Firms 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) firm, an Indian Tribe or Alaskan Native Corporation or a large business based on the size standards in Para 1.5 above.


4.0 Responses
4.1 Please submit your capabilities packages to AFTAC/SDBC, Attn: Amy Schultz, AFTAC Bldg. 10989, 1020 S. Patrick Drive, Patrick Air Force Base, FL 32925. Offerors MUST notify Amy Schultz of USPS tracking number upon shipment of classified packages (amy.schultz.5@us.af.mil or phone (321) 494-9476. Capabilities packages may be submitted via SIPRNet email to amy.m.schultz14.civ@mail.smil.mil. Any questions may be directed to the Contract Specialist, Mr. Anthony Cheever, at e-mail: anthony.cheever@us.af.mil, or to the Contracting Officer, Ms. Michelle Raines, at michelle.raines@us.af.mil. Responses must be submitted no later than 1 P.M. Eastern Daylight Time (EDT) on 31 Aug 2018. Any questions may be directed to Anthony Cheever, AFTAC Bldg. 10989, 1020 S. Patrick Drive, Patrick Air Force Base, FL 32925 or e-mail: anthony.cheever@us.af.mil. Questions must be received no later than 1 P.M. Eastern Daylight Time (EDT) on 17 Aug 2018. No facsimile responses will be accepted. The Government will not award a contract solely on the basis of this Sources Sought, nor will it reimburse the contractor 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. Please be advised that all submissions become Government property and will not be returned.


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.


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. Industry discussion requests will be considered no later than 1 P.M. Eastern Daylight Time (EDT) on 17 Aug 2018.


6.0 OMBUDSMAN AFFARS 5352.201-9101 (APR 2014)
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.


(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).


(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Lt Col Aaron D. Judge, 114 Thompson St., Bldg. 586, Rm 129, Langley AFB, VA 23665-2769 Comm: 757-764-5372, Fax: 757-764-4400, E-mail: aaron.judge@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330- 1060, phone number (571) 256-2395, facsimile number (571) 256-2431.
(INTERIM CHANGE: See Policy Memo 14-C-05).


(d) The ombudsman has no authority to render a decision that binds the agency.


(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.


(End of Clause)


7.0 Questions: Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting POC stated in Para 4.1 above. Questions will be answered by posting answers on the FedBizOpps 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 17 Aug 2018 will be answered.


8.0 Summary: THIS IS A SOURCES SOUGHT to identify potential prime contractors or sub-contractors that can provide non-personal services for the processing and analyzing of particle samples. The information provided in this announcement is subject to change and is not binding on the Government. AFTAC has not made a commitment to procure any of the items discussed and release of this Sources Sought should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.



PERFORMANCE WORK STATEMENT DATE: 8 Dec 2017


GAS ANALYSIS SERVICES-TECHNICAL OPERATIONS NEED (GASTON): ATMOSPHERIC GAS ANALYSIS SERVICES - INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ)


1.0 SCOPE:
The Air Force Applications Center (AFTAC) Systems Development Directorate Treaty Monitoring Systems (SDBC) and AMIC DET 2 OL/PK (Patrick AFB FL) are conducting Market Research for non-personal services for the processing, separation, and radioassay of atmospheric gas samples for elemental determination of sample components for the purpose of nuclear test ban treaty verification. Definition of some terms: sample = physical object requiring processing to isolate selected atmospheric radioactive effluent gasses of interest for analysis.


2.0 SPECIFIC TASKS:
Gas analysis requires the ability to: (1) be proficient with various radioactive gas counting techniques, (2) determine, prior to separation, the percent of oxygen and nitrogen and the volume (in cubic centimeters) of other selected effluent gases within sample bottles (3) separate selected radioactive effluent gases, as required, from air samples (4) radioassay separated samples (5) maintain capability to process and analyze samples from surge of additional collections, as required. Requests for these analyses may occur with little notice and may require 8-hour to 24-hour analysis capability. (6) In the event the Government elects to procure atmospheric gas analysis services, prospective sources must possess, or show the ability to obtain, a U.S. Nuclear Regulatory Commission (NRC) Radioactive Materials License (or an agreement state license/permit, as applicable for the facility where work will be performed), prior to performance start, (7) Offerors shall be responsible for providing a suitable site for performance of the contract requirements. Unique analysis equipment essential to the mission will be provided, with ownership retained by the Government. Due to the potential of contaminating mission samples, analysis equipment and areas of any facility used for gas analysis services shall not be used for activities other than Government work without the expressed written permission of the Government program office and shall be isolated from other facilities doing nuclear work, (9) Prospective sources would be required to have DOD security clearances of at least the SECRET level, (10) The contractor shall maintain the existing database of all analytical work in progress and completed, (11) The contractor shall maintain a list of all Government Furnished Property (GFP) and classified documents related to the project, (12) The contractor shall manage, maintain, operate and calibrate all GFP required for sample analysis at the contractor location.


3.0 DELIVERABLES:
 




Deliverable



Schedule





Technical Report - Study/Services: Sample Analysis Data



Shall be provided weekly; initial submission is within five (5) days of contract award.





Technical Report - Study/Services: Special Report



Shall be provided within 24 hours of a qualifying event





Monthly Status Report



Shall be provided on the 15th day of the month following contract award.





Status Report



Shall be provided within thirty (30) calendar days of the end of the Government fiscal year.





Conference Agenda



Draft due seven (7) working days before presentation. Final due within two (2) working days after receipt of Gov't comments or 2 working days before meeting if comments not submitted.





Presentation Material



Draft due three (3) working days before meeting; Copy of final due ten (10) working days after presentation.





Report, Record of Meeting/Minutes



Draft due five (5) working days after meeting. Final due within two (2) working days after receipt of Gov't comments or 9 working days if comments not submitted.





Scientific and Technical Reports



Gov't shall provide comments within five (5) working days of receipt. Final due within five (5) working days after receipt of Gov't comments or 11 working days if comments not submitted.





Technical Report - Study/Services: 5 Year GFP Projection



Due May 1 following contract award; due May 1 every year.





Contract Funds Status Report (CFSR): Monthly Funds Status Report



Initial status due 15 calendar days after completion of the first full month after contract award; subsequent submissions due 15 calendar days after completion of each month.








Anthony E. Cheever, Contract Specialist, Phone 3214949759, Email anthony.cheever@us.af.mil - Michelle Raines, Contracting Officer, Phone 3214947320, Email michelle.raines@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP