|
COMMERCE BUSINESS DAILY ISSUE OF MAY 10,1995 PSA#1343ASC/LNWA, BLDG 28, 2145 Monahan Way, Wright-Patterson AFB, OH 45433-
7017 13 -- ADVANCED STRATEGIC AND TACTICAL INFRARED EXPENDABLES SOL
F33657-95-R-0006 POC Dan Pennington, (513) 255-6004, ext
3655/Contracting Officer, Jackie Owens, (513) 255-6004, ext 3654/Fax
(513) 476-4180. The Electronic Combat Development System Office
(ASC/LN) anticipates releasing Advanced Strategic and Tactical Infrared
Expendables (ASTE) Request for Proposal (RFP) documents on 9 Jun 95.
The ASTE RFP will be for the Engineering and Manufacturing Development
(EMD) of expendable decoy systems capable of countering the evolving
Infrared (IR) missile threat. The ASTE program has been initiated to
design, develop, produce and deploy expendable decoy systems to fulfill
the requirements as specified in the System Requirements Document
(SRD). Decoys fabricated under this program will replace or form a
compatible mix with existing infrared (IR) decoy expendables and will
improve our ability to counter advanced IR threats. The ASTE EMD
program is composed of the following four distinct groupings: (1) The
Fighter group. (2) The Low/Slow group. (3) The Covert group. (4) The
B-1. Due to funding limitations, only the Fighter and Covert groups
will be accomplished in this EMD acquisition. If additional funding
becomes available, an appropriate acquisition strategy (e.g., conduct
full and open competition for a new contract, award a new sole source
contract to the existing ASTE EMD contractor, or contractually
incorporate the requirements into the basic ASTE EMD contract by
Engineering Change Proposals or Contract Change Proposal) will be
determined at that time to meet the requirements of the Low/Slow and/or
B-1B groups. Contractors interested in obtaining the formal RFP when
issued, should submit the following information not later than 1700
local time, 25 May 95, in writing to the contracting officer at the
address or facsimile number listed at the end of this synopsis: (1)
company name, (2) a point of contact, (3) unclassified and classified
mailing addresses, (4) phone and fax number, (5) identification of
interest as prime or subcontractor, (6) designation as small or large
business, (7) Contractor and Government Entity (CAGE) code and (8)
desire to receive bidders list, unclassified and/or classified portions
of the formal RFP. Verbal requests for copies of the solicitation will
not be honored. A paper copy and computer diskettes in Microsoft
Office Version 4.3 will be provided. As an additional method of
availability, the unclassified portions of the ASTE RFP documents will
be published 9 Jun 95 on ASC's Pre-award Information Exchange System
(PIXS), an electronic bulletin board. The PIXS can be accessed via a
modem at (513) 476-7217. Access is also available via Telnet through
address 129.48.120.143. Contact Mr. Mike Peck, ASC/CYX, at (513)
255-2739, for questions concerning accessing PIXS or the process for
downloading documents. The classified System Requirements Document
(SRD) will not be published on the PIXS. In addition, all the documents
(including the classified SRD) may be reviewed at the ASTE Technical
Library located at MacAuley-Brown, 3915 Germany Lane, Dayton, Ohio,
45431, phone (513) 426-3421, Fax (513) 426-5364. Information on the
rules and procedures for potential offeror use of the ASTE Technical
Library has been published on the PIXS and should be reviewed prior to
contacting MacAuley-Brown. The ASTE Technical Library will remain open
through contract award. NOTE: Personnel who wish to have the classified
portion of the RFP mailed to their firm must provide the following
information to the contracting officer (via facsimile # (513)
476-4598), no later than 1700 on 25 May 95: (1) a classified mailing
address, and (2) the name of the person who will receive the package.
If the requested information is not provided by 25 May 95 and/or an
approved facility clearance is not on file with the Defense
Investigative Service (DIS) this may delay or prevent mailing of the
classified portion of the RFP to the affected company or companies.
However, the due date and time for receipt of proposals will not be
extended due to this reason. This solicitation is NOT OPEN TO FOREIGN
PARTICIPANTS AS A PRIME. Foreign-owned U.S. companies are not foreign
companies. Release of classified technical data to foreign-owned U.S.
companies and their receipt of any classified information is dependent
on the type of facility security clearance under which the company is
operating. An Ombudsman has been established for this acquisition. The
only purpose of the Ombudsman is to receive and communicate serious
concerns from potential offerors when an offeror prefers not to use
established channels to communicate his/her concern during the proposal
development phase of this acquisition. Potential offerors should use
established channels to request information, pose questions, and voice
concerns before resorting to use of the Ombudsman. Potential offerors
are invited to contact ASC's Ombudsman, ATTN: Col Robert C. Helt,
ASC/CY Bldg. 2041, 2511 L St., Wright-Patterson AFB OH 45433-7303, at
(513) 255-1427 with serious concerns only. Direct all requests for
solicitations and routine communication concerning this acquisition to
ATTN: Ms. Jackie Owens, Contracting Officer, ASC/LNWA, Building 28,
2145 Monahan Way, Wright-Patterson AFB OH 45433-7017, at (513)
255-6004, ext. 3654, Fax # (513) 476-4598. (0128) Loren Data Corp. http://www.ld.com (SYN# 0145 19950509\13-0001.SOL)
13 - Ammunition and Explosives Index Page
|
|