Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 16,1995 PSA#1285

AMC Contracting Flight, AMC CONF/LGCFC, 102 E Martin St, Rm 216, Scott AFB IL 62225-5015

70 -- OBJECTIVE WING COMMAND POST SOL FA4452-95-R0001 DUE 062895 POC CONTACT CATHY SIMPSON, 618-256-1900, Ext: 297, CONTRACT SPECIALIST, CHERYL SMITH, 618-256-1900, Ext: 262, CONTRACTING OFFICER (COLLECT CALLS WILL NOT Be ACCEPTED). The CBD notice as previously published on 27 Oct 94 has been revised to reflect a new system name from the ''Integrated Digital Communication System (IDCS)'' to the ''Air Mobility Advanced Console System (AMACS)'' and to reflect other changes in anticipated contract type and services. The revised description is as follows. AMC Contracting Flight anticipates issuance of a competitive solicitation to purchase Air Mobility Advanced Console Systems (AMACS) and support services for the Air Mobility Command Objective Wing Command Post (OWCP) in support of Command and Control (C2) facilities throughout Headquarters, Air Mobility Command (AMC). The systems to be acquired will enable government console operators in C2 facilities to communicate with aircraft, air traffic control facilities, and other command and control operations both on and off USAF bases. The systems will consist of telephone switching systems (PBX), telephone consoles, maintenance terminals, interfaces to various radio lines (i.e., High Frequency (HF), Very High Frequency (VHF), Ultra High Frequency (UHF), Satellite Communications (SATCOM), Land Mobile Radios (LMR), base pager, etc.), station line equipment, trunk circuit equipment, house cable, station terminal equipment, reserve power equipment, and other ancillary equipment and software necessary to provide complete telecommunications service for the OWCPs. The contractor will be required under this contract to engineer, deliver, install, test, and maintain the systems at an estimated 11 CONUS locations to include, but not limited to, the following USAF bases: Scott AFB, IL, Charleston, SC, McConnell AFB, KS, McChord AFB, WA, Fairchild AFB, WA, Andrews AFB, MD, Dover AFB, DE, McGuire AFB, NJ, Travis AFB, CA, Grand Forks AFB, ND, and Robbins AFB, GA. Site surveys of the designated installations will be required after award but prior to issuance of specific delivery orders. The Contractor will also be required to provide on-site, hands-on training to a limited number of government personnel after successful installation, and provide standard commercial warranties for all systems accepted by the government under this contract. A requirements type contract is contemplated based on estimated quantities. Alternate proposals will not be solicited. The anticipated contract performance period is a basic period (from contract award through the end of the fiscal year) plus four one-year option periods. The RFP is anticipated to be released in April 1995. The Standard Industrial Classification (SIC) for this acquisition is 4812 and the Small Business Size Standard for this SIC code is 1,500 employees. All interested offerors shall indicate their business size (i.e., large, small or small disadvantaged), their telephone number, telefax number, and ZIP PLUS FOUR code in their written request for the RFP. The Contracting Office cannot guarantee receipt of the RFP if the ZIP PLUS FOUR code is not provided. All interested offerors who responded to the previous CBD announcement from 27 Oct 94 do not need to submit another request. Verbal requests may not be acted upon. All responsible sources may submit a proposal which shall be considered by the agency. (0045)

Loren Data Corp. http://www.ld.com (SYN# 0232 19950215\70-0002.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page