United States - Particle Analysis Services (PAS) II

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
15 October 2019
Opportunity publication date
01 October 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Sep 30, 2019 9:57 am

 

1. Description
1.1. The Air Force Technical Applications Center (AFTAC) 24th Analysis Squadron, Systems Development Directorate (SD) 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 environmental nuclear particle analysis services. This sources sought is one element of our Market Research, and it will be used to help determine the acquisition approach.
1.2. This 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 is contemplating an award of a Firm-Fixed-Price (FFP) contract with One (1) 12-month Base year and Seven (7) 1-year Options.
1.3. Interested firms should submit information as to the capabilities, capacity and experience to perform the tasks set forth in the draft product specification. 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). 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. All information shall be UNCLASSIFIED.
1.4. The North American Industry Classification System (NAICS) Code and size standard are 541380/$15M.
2. Information
2.1. The anticipated award date is in the fourth quarter of FY20.
2.2. Security Requirements: Overarching security requirements and contractor access to classified information will be specified in the DD Form 254, Department of Defense Security Classification attached to the contract. The contractor shall have a final U.S. Government issued SECRET security clearance at the start of contract award.
3. Requested Information
3.1. Company capability statements shall provide administrative information and shall include the following at a minimum:
3.2. Company Name (including point of contact), CAGE, DUNS, mailing address, phone number, and e-mail of designated point of contact.
3.3. The facility security clearance of the offeror or alternate arrangement that allows the offeror to conduct classified work.
3.4. A list/description of past/current/future contracts which demonstrate the ability to provide the services listed in paragraph 7 below.
3.5. Capability statement which demonstrates the ability to provide the services listed in paragraph 7 below, to include the capability to provide DOD security clearances at the SECRET level for all personnel on day one of performance start.
3.6. 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), Woman-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Business (EDWOSB), Historically Black College or University or Minority Institution (HBCU/MI), an 8(a) firm, an Indian Tribe or Alaskan Native Corporation, or a large business based on the size standard in paragraph 1.4 above.
3.7. Respondents are encouraged to provide input or suggestions for the following: Contract Structure Firm Fixed Price (FFP) or Cost-Plus Fixed Fee (CPFF) with a fixed performance periods; Contract Line Item Number (CLIN) Structure (i.e. Labor, Travel, Materials, Phase-in and Phase-out); minimum and maximum Periods of Performance; Commercial or Non-Commercial; possible North American Industry Classification System (NAICS) Codes; Small Business Set-Aside possibilities; Small Business Goals and opportunities for Small Business Subcontracts; Technical - Certification Requirements; Industry Standards and Business Practices; Technology Trends and Opportunities; Special Terms and Conditions; and Other discussions and recommendations.
4. Capabilities Package Responses
4.1. Please submit your capabilities packages to Ms. Kim Pattan and Ms. Cynthia Turner via e-mail: kim.pattan@us.af.mil and cynthia.turner.1@us.af.mil. Responses must be submitted no later than 3:00 P.M. ET on 15 October 2019. 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 contractor for any costs associated with preparing or submitting a response to this notice. All responses shall be submitted in Microsoft Word or ACROBAT readable format via email.
4.2. Questions regarding this announcement shall be submitted in writing by e-mail to Ms. Kim Pattan and Ms. Cynthia Turner via e-mail: kim.pattan@us.af.mil and cynthia.turner.1@us.af.mil. VERBAL QUESTIONS WILL NOT BE ACCEPTED.
4.3. Responses shall be limited to 5 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. No classified information shall be submitted.
4.4. It is the submitter's sole responsibility to verify the e-file was received and readable. NOTE: It is the responsibility of all potential offerors to monitor FedBizOpps (FBO.gov) for release of any future synopsis or release of the solicitation. Currently no solicitation documents exist at this time.
5. Market Research
5.1. AFTAC representatives may contact interested parties for the purpose of market research.
6. Summary
6.1. THIS IS A SOURCES SOUGHT to identify potential prime contractors or sub-contractors that can provide AFTAC particle analysis services. 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.
OMBUDSMAN - AFFARS 5352.201-9101 (JUN 2016):
(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 the 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, Room 129; Langley AFB, VA 23665, phone number (757) 764-5372, facsimile number (757) 764-4400, E-mail address: aaron.judge@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQAFICA/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.
(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 inquires shall be directed to the Contracting Officer.
(End of Clause)
7. Performance Work Statement (PWS) for Particle Analysis Services II
7.1. Background: The purpose of this Performance Work Statement (PWS) is to define the performance based, non-personal laboratory analysis services outcomes to support the
Trace Particle Analysis (TPA) managed by AFTAC. The main activities of this project are the processing, analysis, and quantitative evaluation of environmental samples and other associated services in support of the AFTAC mission. Secondary objectives are to analyze calibration samples and conduct studies on analytical techniques, instrumentation, and data handling advancements.
7.2. Specific Tasks: The contractor shall maintain the existing process for detecting, isolating, and characterizing microscopic particulate material from a variety of sample media.
7.2.1. The contractor shall accurately identify and characterize ultra-trace (particulate) amounts of various nuclear materials from a variety of natural and anthropogenic sources.
7.2.2. Both fissionable and non-fissionable particles of interest shall be isolated and analyzed.
7.2.3. Analysis shall include all of the following methods: fission-track analysis, optical microscopy, scanning electron microscope, thermal ion mass spectrometry (TIMS), and gamma spectrometry.
7.3. The contractor shall maintain the existing process to perform TIMS particulate analysis.
7.4. The contractor shall maintain a quality control program to ensure all equipment is operating within tolerance limits and is free of contamination. The contractor shall maintain and minimize the sample loss rate.
7.5. The contractor shall maintain close liaison with other laboratories in the AFTAC system. Laboratory representatives shall attend technical discussions and conferences at AFTAC as well as other laboratories during the course of this project.
7.6. The contractor shall maintain an existing program to improve the sensitivity, accuracy, efficiency, and throughput of operational analytical techniques. This shall include the enhancement of analytical procedures for particle mounting, location, characterization, measurement techniques, and data management. The contractor shall stay abreast of the latest developments in these areas of interest.
7.7. The contractor shall provide data analysis support for operational analytical techniques to support analysis workload. This shall include writing new programs, providing analytical aids, devising new methods for data reduction, and modifying existing software developed for automatic operation of instruments.
7.8. The contractor shall provide technical support for AFTAC/24ANN in interpreting, categorizing, and exploiting laboratory data.

Opportunity closing date
15 October 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Air Force AMIC DET 2 OL/PKA United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?