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