Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,1995 PSA#1407

U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd, St. Louis, Mo 63120-1798

R -- 799--PROGRAMMATIC AND TECHNICAL SUPPORT (PATS) PROGRAM DAAJ09-95-R-0606 TECHNICAL SERVICES; DAAJ09-95-R-0607 LOGISTICS SERVICES; DAAJ09-95-R-0608 PROGRAMMATIC SERVICES SOL DAAJ09-95-R-0606 POC Maryann Sinclair, Contract Specialist, (314) 263-3097 or Major Meyer, Contracting Officer, (314) 263-0650. Programmatic and Technical Support (PATS) Program Solicitations DAAJ09-95-R-0606 Technical Statement of Work; DAAJ09-95-R-0607 Logistics Statement of Work; DAAJ09-95-R-0608 Programmatic Statement of Work, POC Major Meyer, Contracting Officer (314) 263-0650, or Maryann Sinclair, Contract Specialist (314) 263-3097. The U.S. Army Aviation and Troop Command (ATCOM) has a requirement to recompete the Programmatic and Technical Support (PATS) Program consisting of Technical, Logistics and Programmatic Support services for the U.S. Army Aviation and Troop Command (including the Troop Weapon Systems Management Offices) and Program Executive Office, Aviation. The type of support services required will apply to programs in various phases of the acquisition cycle. Perform tasks related to the concept definition, development, production, fielding, operation, maintenance, training, and support of various weapon systems and equipment. Types of services anticipated under the Technical Statement of Work (SOW) (RFP #DAAJ09-95-R-0606) include: Systems Engineering; general technical support in such technology areas as Electronics/Avionics/Visionics/Survivability/Power Generation; Software Engineering Support; Test and Evaluation; Production/Manufacturing Engineering Support; Quality Assurance Support; Reliability, Availability and Maintainability (RAM) Support; Configuration Management Support; Manprint; Environmental Initiatives/Support. The type of services anticipated under the Logistics Statement of Work (SOW) (RFP #DAAJ09-95-R-0607) include: Design influence/concept definition; Maintenance Planning; Manpower and Personnel; Supply Support; Support Equipment and Test, Measurement and Diagnostics Equipment (TMDE); Training and Training Devices; Technical Data; Computer Resources Support; Packaging, Handling and Storage (PHS); Transportation and Transportability; Facilities Planning; Standardization and Interoperability (S&I); Computer-Aided Acquisition and Logistics Support (CALS) and Logistics Program Support. Type of services anticipated under the Programmatic Statement of Work (SOW) (RFP #DAAJ09-95-R-0608) include: Resource Management Support, Cost Estimating/Analysis, Schedule Development and Assessment, Plans and Integration, Strategic Planning Analysis and Engineering Data Management Support. The proposed contract type is Indefinite Quantity Task Order with a total performance period of five years (T&M/FFP/CPFF pricing arrangements). The government anticipates three competitive solicitations with up to three awards (8(a), small business, full & open) in each SOW category (Technical/Logistics/Programmatic). A proposal will be considered in all size categories the offeror is qualified for (i.e. an 8(a) company may be considered for the 8(a), small business, and/or full and open award in a category). If an offeror is interested in more than one SOW area, he must submit separate proposals for the specific solicitation(s) (Technical/Logistics/Programmatic). It is the government's intent to incorporate restrictions IAW FAR Subpart 9.5 regarding organizational conflicts of interest in this solicitation. SIC Code 8731 will be utilized for this procurement. No draft RFP will be issued. An Industry Conference was held in Mar 95 to solicit contractors' lessons learned/suggestions for consideration in developing the acquisition strategy. In accordance with the Federal Acquisition Streamlining Act, the government intends to use a Best Value source selection approach evaluating offeror's qualifications (including past performance, organizational experience, capability, key personnel) and cost (reasonableness and realism). Scenarios (sample tasks) will not be used for evaluation purposes. The government anticipates award to offeror(s) whose proposals are evaluated as providing the optimum approach for attainment of the objectives of the total PATS program. It is anticipated the Requests for Proposal (RFP) will be released on or around 31 August 1995, with a preproposal conference tentatively scheduled for the second week in September 1995. A minimum of 45 days will be allowed for proposal preparation. Estimated date of award is NLT 2nd Qtr FY96. Contractors are encouraged to submit their best proposal initially; the Government reserves the right to award a contract without discussions, as defined in FAR 15.601 and permitted by FAR 15.610. The minimum for each of the contracts awarded (up to nine total) is at least $300K for the five year period. The maximum dollar ceiling will be stated in each solicitation. Any qualified source capable of satisfying the above requirement should request a copy of the RFP at E-Mail: sataplca@st-louis-emh7.army.mil. Include your E-Mail address or PC modem access number and facsimile number. Mail requests to U.S. Army Aviation and Troop Command, ATTN: AMSAT-A-PLCA (Maryann Sinclair), 4300 Goodfellow Blvd., St. Louis, MO 63120-1798 or fax your request to 314-263-0656. (0220)

Loren Data Corp. http://www.ld.com (SYN# 0055 19950809\R-0002.SOL)


R - Professional, Administrative and Management Support Services Index Page