Loren Data Corp.

'

 
 

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

ASC/REKBS, Wright-Patterson Air Force Base, OH 45433-7106

J -- DEPOT LEVEL LOGISTICS SUPPORT FOR SEISMIC AND HYDROACOUSTIC SY STEMS POC Capt Jeffrey L. Emmons, Contract Manager, (513) 255-2863/Vance F. Leifheit, Contracting Officer, (513) 255-3043. This is a Correction to the Synopsis that appeared February 9, 1995, Issue No. PSA-1280. This is not a solicitation notice but a market survey to determine potential sources to provide depot logistic support for the following Air Force Technical Applications Center (AFTAC) systems: (1) Seismic and hydroacoustic instruments at field sites located worldwide, (2) hydroacoustic data processing and analysis system at AFTAC headquarters, (3) designated seismic stations. This requirement includes supply support, equipment maintenance, field site depot level maintenance, government property management, engineering support at the system and subsystem level, technical documentation support, designated seismic station support, and maintenance data collection database management. This effort is currently being accomplished by Air Force personnel at McClellan AFB, CA. A presolicitation conference is planned, but no specific date has been set. The Air Force anticipates the issuance of a basic contract for one year and four one-year options. Offerors will be required to submit technical and cost proposals. No foreign sources will be considered. This survey is not in support of an existing solicitation. Your written response should include company name, address, CAGE code, point of contact, size of business, and certification as to domestic ownership. In addition, explain your ability to troubleshoot, repair, and perform systems engineering on hydroacoustic and seismic equipment (e.g. sensors, digitizing and transmission equipment). Also, identify and explain any past or current efforts which involves repair and support of hydroacoustic and seismic systems to include the specific type of equipment supported or seismic expertise which maybe relevant to this effort. Explain and identify the organization's current depot repair and storage capability to include a description of current or projected facilities for an effort such as this. Contractor must also identify and explain experience in packaging and shipping repaired parts and include any experience or expertise in shipping and transportation of such parts to foreign countries. Response should also address whether you currently possess a SECRET facility clearance or have the ability to obtain a SECRET facility clearance. Address whether all personnel possess a SECRET clearance or whether employees can obtain a SECRET clearance. Lastly, identify and explain the ability to manage a supply function and physically maintain an inventory of over 1400 hardware items plus technical drawings and manuals. The applicable Standard Industrial Code is 3829 with a size standard of 500 employees. Currently a number of companies are providing seismic equipment which involves proprietary data thus requiring other than basic repair and maintenance be performed by the company providing the item. A list of the equipment that will be supported along with the company that you may need to interface with follows: KS36000 seismometers and remote terminal digitizers (Teledyne Brown Engineering), communications interface modules and analog interface modules (Science Horizons Inc), SPARC station 1, 1+, 2, 5, 10 and associated file servers, external disk drive, 8mm tape drive, CD ROM drive (Sun Micro Systems), GPS receiver (Lowrance Technologies), UDS/Modem racks (Motorola), wide area network router (Cisco), central processing unit boards (Heurikon), host interface printed circuit boards (VME Microsystems International ), memory printed circuit boards (Micro Memory Inc), serial communications printed circuit boards (Performance Technologies). Describe any teaming arrangements or subcontractor relationships you may use to supplement your own expertise. Please respond in writing within 20 calendar days of origianal synopsis published 09 Feb 95. Limit your responses to ten (10) single spaced pages of text on 8 1/2 X 11 inch paper with the type being no smaller than 10 point. Questions or responses may be addressed to Capt Jeffery L. Emmons, ASC/REKBS, Building 557, 2640 Loop Road West, WPAFB, OH 45433-7106, phone (513) 255-2863, DSN 785-2863, FAX (513) 476-4326 (0045)

Loren Data Corp. http://www.ld.com (SYN# 0054 19950215\J-0014.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page