Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 17,1995 PSA#1412

AFDTC/PKZB, 205 West D Ave, Ste 428, Eglin AFB FL 32542-6864

M -- RANGE TARGET SUPPORT SOL F08635-96-R-0003 DUE 091595 POC Paula Tutwiler, Contracting Officer, at (904) 882-4603. The Air Force Development Test Center is pursuing the conversion of current civil service support of range target operations to a contract activity based on an OMB Circular A-76 study. This activity consists of complete maintenance and operation of target vehicles in support of on-site at Eglin and off-site testing at locations throughout the CONUS and related fixed target and range support. Testing will consist of non-destructive and destructive testing using a fleet of foreign and U.S. military vehicles in operational configurations and related fixed target support to support the evaluation of seeker/sensor systems, munition warheads, complete weapon systems, and related uses of such targets. The contract will provide for the complete maintenance, repair, transportation, operation, configuration control, vehicle acquisition, security, safety, parts acquisition and fabrication, maintenance status, environmental compliance, and related activities for all vehicles. The range of vehicles includes foreign and U.S. tanks, trucks, armored personnel carriers, self propelled howitzers, air defense units, surface-to-surface tactical missiles, and related ground vehicles. Additional ground fixed target support consists of the construction, maintenance, and logistical support of target structures at Eglin AFB. This includes wood, concrete, steel, composite, cloth, and combinations thereof to create target structures. This support also includes minor site preparation tasks including ground leveling, building revetment, electrical, mechanical, and structural support required for fixed targets. Target signature augmentation and simulation support for mobile and fixed targets is required, as well as fuel delivery to targets, transporting support equipment, and removing and disposing of test debris. Contractors responding to this synopsis must either have or demonstrate the ability to have security clearances up to the SECRET level at the time of contract award. All facilities and equipment including office furniture, telephones, faxes, copying machines, welders, service equipment, support vehicles, fork lifts, storage areas, security containers, installed security equipment, generators, radios, etc. will be provided by the Government in support of the performance of this effort. Extensive off-site travel simultaneously at multiple locations is contemplated in support of expected test requirements. A cost plus award fee contract with cost reimbursable line items for a basic two-year period with three one-year options is anticipated. Written responses to this synopsis must be received within 15 days from the date of publication. The proposed product/service Standard Industrial Classification Code (SIC Code) for this acquisition is 8744 ($20 million). Firms responding to this announcement should indicate whether they are or are not a Small Business concern or a Small Disadvantaged Business concern as defined in FAR 52.219-1 and 52.219-2. The Air Force reserves the right to consider a Small Business Set-Aside based on responses hereto. Under 22 USC 2751 and 50 USC, Appendix 2401, it is unlawful to export items containing export-controlled technical data. Only qualified US contractors who have registered with and are certified by the Defense Logistics Services Center, Battle Creek, MI 49016-3412, telephone 1-800-352-3572, are eligible to receive this RFP. An Ombudsman, Colonel Dennis Voss, AFDTC Inspector General, has been appointed for this acquisition. The purpose of the Ombudsman is to be responsive to the concerns of offerors or potential offerors when the offeror prefers not to use established channels of his/her concern in the proposal development phase of this acquisition. The Ombudsman will maintain strict confidentiality as to the source of the concern when requested by the offerors. The Ombudsman will not participate in the evaluation of proposals or source selection decision process for this acquisition. Companies are invited to contact Colonel Voss at telephone (904) 882-5966 or E-mail Voss@EGLIN.AF.MIL. Respondees must establish their qualifications in vehicle operations and management directly related to military targets operations and construction/tear-down of fixed military targets in order to be considered for this award. Additionally respondees should establish their qualifications for supporting Operations and Maintenance activities in support of Government Test and Evaluation programs. Responses must fully document the offerors ability to satisfy the technical performance, schedule requirements, cost controls, and programmatic requirements of this program. For additional information regarding the technical and programmatic aspects of this solicitation, contact Ms. Judie Sandelin, 46 TW/TST, 904-882-2591. For contractual information, contact Ms. Paula Tutwiler at 904-882-4603. See Note 25 (0227)

Loren Data Corp. http://www.ld.com (SYN# 0046 19950816\M-0001.SOL)


M - Operation of Government-Owned Facilities Index Page