|
COMMERCE BUSINESS DAILY ISSUE OF MAY 19,1995 PSA#1350WL/MNK, 101 WEST EGLIN BLVD, STE 337, EGLIN AFB FL 32542-6810 A -- JOINT MUNITIONS EFFECTIVENESS MANUALS SOL MNK-95-0026 POC
CONTRACTING OFFICER LORNA TEDDER (904) 882-4294, EXT 3399. JOINT
MUNITIONS EFFECTIVENESS MANUALS (JMEMS) Research and development
sources are sought that have capabilities to conduct special research
projects and prepare documents for publication. The current contract
F08635-90-C-0160, with Oklahoma State University will expire on 30
September 1995. WL/MNK intends to extend the current contract for 6
months. Potential sources for this 6 month period must be able to start
immediately due to ongoing requirements. This is for an interim period
of only 6 months while this procurement is in process of being
competitively recompeted. (See CBD issue No. PSA-1233, 1 December 1994)
Request for Proposals for the recompete are anticipated to be released
during the fourth quarter of 1995. This acquisition will support the
Joint Technical Coordinating Group for Munitions Effectiveness
(JTCG/ME), a tri-service organization under direction of the Joint
Logistics Commanders. Documents to be prepared for publication are
technical handbooks and special publications. Preparation of these
documents will require the Contractor to: a. perform mathematical
computations using existing computer models that have been
authenticated and approved by the JTCG/ME, b. perform art and graphics
work, c. prepare draft documents, d. edit documents, e. modify
computer models. The Contractor will also be required to conduct
research studies that are related to the publication of the technical
handbooks. Examples of such research projects are: a. battlefield
visibility due to smoke and dust, b. weather effects on battlefield
visibility, and, c. reliability and maintainability of hydraulic
systems on military vehicles. These special studies vary in duration
and require experts with advanced degrees in specific fields of
research. These fields include Engineering (Aeronautical, Mechanical,
Electrical, Civil), Chemistry, Mathematics and Statistics. Since many
of the technical handbooks are already published, some of the work will
consist of preparing revisions and/or updates. It is required that all
revisions and/or updates be in the same format and of the same quality
as original publications. These technical handbooks present weapon
effectiveness data for air delivered and surface delivered weapons.
These documents are generally referred to as the Joint Munitions
Effectiveness Manuals (JMEMs). The Contractor shall be required to
install JTCG/ME approved programs on the Eglin AFB Computer system and
to verify proper operation of these programs. The Contractor may also
be required to prepare computer models based upon mathematical models
provided by the JTCG/ME and those developed by the Contractor shall be
documented. The Contractor shall serve as custodian of all JTCG/ME
computer models and all master copies of published documents. The
Contractor will be required to modify documents for release to foreign
countries as directed by JTCG/ME. This work will usually require
document editing and revising as specified by the appropriate DOD
agency. The Contractor will be required to prepare presentation aids
and instructions to various service schools and agencies on use of
technical handbooks. The Contractor will be required to provide data
collection, storage and retrieval services for information that is used
in preparation of publications. The majority of this effort deals with
revisions, changes, and updates of manuals for Surface-to-Surface
(JMEM/SS), Air-to-Surface (JMEM/AS) and Anti-Air (JMEM/AA). The major
manuals of concern are as follows: a. JMEM/SS, 1. Methodology and
Evaluation, 2. Reliability, 3. Delivery Accuracy. b. JMEM/AA, 1.
Missile Evaluation, 2. Gun Evaluation, 3. Aerial Target Vulnerability,
4. Methodology, c. JMEM/AS, 1. Methodology, 2. Helicopter, 3. Small
Computers, 4. Systems Characteristics, 5. Delivery Accuracy, 6. Target
Vulnerability, 7. Target Acquisition. These manuals are constantly
being reviewed, changed and/or revised. All work associated with
preparation of publications for printing shall be carried out on Eglin
AFB Building facilities. A security clearance will be required for all
personnel working on this contact. An Organizational Conflict of
Interest provision will be included in any resultant contract. Firms
having applicable interest, capability and background should submit
particulars IAW Numbered Note 25 as related to the above technical
capabilities to WL/MNK, 101 W. Eglin Blvd, Ste 337, Eglin AFB FL
32542-6810, Attn: Judith Gibson. Responses to this synopsis must be
received within 15 days from date of publication. Respondents to this
notice will not be notified of the results of the evaluation of
information submitted. For further information concerning the technical
aspects, contact ASC/XREWS, Bill Chase, (904) 882-9589. For contractual
information contact Judith Gibson, (904) 882-4294, Ext 3207. 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 Eglin's Ombudsman, Colonel Daniel M. Tibbets,
(904) 882-9051 with serious concerns only. Direct all requests for
solicitations and routine communication concerning this acquisition to
Judith Gibson, Contract Specialist, WL/MNK, 101 W. Eglin Blvd, Ste
337, Eglin AFB FL 32542-6810 at (904) 882-4294, Ext 3207. This synopsis
is for information and planning purposes only, does not constitute an
IFB or RFP and is not to be construed as a commitment by the
Government. Firms responding to this synopsis should state whether they
are or are not a small business concern or small disadvantaged business
concern as defined in FAR 52.219-1 and FAR 52.219-2, respectively.
After statements of capability have been screened, a solicitation will
be issued to those prospective sources who, in the sole judgment of
the purchasing activity, have the potential of successfully fulfilling
the requirements of the planned contract. This requirement may be
pursued sole source if the Air Force determines that only one source is
capable of satisfying requirements. Contractors with access to Internet
may wish to review WL/NMK's Home Page at http://www.wlmn.eglin,af.mil
(0137) Loren Data Corp. http://www.ld.com (SYN# 0008 19950518\A-0008.SOL)
A - Research and Development Index Page
|
|