Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 26,1995 PSA#1460

Directorate Of Contracting, Oo-Alc 6014 Dogwood Avenue/Bldg 1258, Hill Air Force Base, Ut 84056-5816

R -- ICBM SOL F42610-95-R-0136 DUE 121395 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Ramon Castillo/Lmke/(801)775-2280 This acquisition is to provide Contractor Logistics Support (CLS) for designated Air Education Training Command (AETC) and Air Force Space Command (AFSPC) Inter-Continental Ballistic Missile (ICBM) trainers. ICBM trainers are highly sophisticated computer controlled training devices that simulate the missile systems and are used by Air Force for the certification of crews in the operation and maintenance of nuclear defense systems. Work to be performed is at the operational missile wings (Minot AFB ND, Malmstrom AFB MT, Grand Forks AFB ND, F.E. Warren AFB WY), AETC Command Vandenberg AFB, and Offutt AFB NE. Specific tasks of CLS include the following: 1) Total logistics support for Missile Procedures Trainers (MPTs), Control Monitor Procedures Trainers (CMPTs), Missile Maintenance Trainers (MMTs), Launch Facility Trainers (LFTs), Launch Facility Operational Support Equipment Trainer (LFOSET), Emergency War Order Classroom Trainers (ECTs), ICBM subsystem trainers and associated ICBM training aids. Trainers support both the Minuteman III (MM III) and Peacekeeper (PK) missile systems. Trainers must be fully mission capable 95% of the scheduled training window. 2) Software sustainment that includes annual Single Integrated Operational Plan (SIOP) updates, emergency SIOP revisions, trainer simulation programs, anomaly identification, and corrections, Higher Authority Communications/Rapid Message Processing Element (HAC/RMPE) changes to the ECT/MPT, changes to firmware, software status accounting, configuration management of the Air Force supplied software trainer baseline requiring expert knowledge of ADA, Fortran, C, Basic, assembly language, graphics, and coding. Contractor will need to demonstrate missile system knowledge and to interface directly with the Air Force HAC/RMPE Software Support Facility (HSSF) on designated software revisions. Contractor must be able to support and write appropriate test plans and procedures for qualification and acceptance testing of all software revisions, and provide updates to Air Force specifications and documentation. Because of the level of clearance, the contracto is required to provide two man security teams when transporting emergency SIOP revisions to the operational commands and use the Defense Courier Service for routine SIOP revisions. Access to Rapid Execution And Combat Targeting (REACT) MPTs require TOP SECRET (TS) Emergency Access Message/Emergency Action Procedures (EAM/EAP) access authorization. No Interim TS clearances are allowed. 3) Management of the Air Force supplied $4M Recompetition Support Package (RSP). 4) Security which includes up to and including TS EAM/EAP and SIOP, maintenance of Entry Authorization Lists (EALs), escorting of Very Important Persons (VIPs), decertification and destruction of classified material and provide certified storage for TS software, firmware and documentation. 5) Contractor will provide three level maintenance of trainers to include preventive maintenance. Fault isolation and repair of trainer malfunctions. Contractor must be able to fault isolate, remove and replace malfunctioned Line Replaceable Unit (LRU) within a 15 minute repair grace period. The contractor shall perform all inspections, repairs, replacement parts, assemblies, testing and operational checks to correct malfunctions and verify adequate and proper serviceability of all components, or subsystems. Contractor is required to have indepth knowledge of state of art electronics, computers, pneudraulics, and air conditioning. Chargeable downtime will assessed against a 95% availability clause required by the contract. 6) Contractor will be required to maintain/repair/replace repairable spares and to provide all consumable spares. 7) Maintenance and configuration control of Air Force supplied masters for trainer Technical Manuals (TMs) and Simulator Certification (SIMCERT) manuals and to provide updates to these documents as required by the government. 8) Trainer disassembly, packaging, transportation and reassembly as required by the government. 9) Provide corrosion control. 10) Provide electrostatic discharge control. 11) Installation of minor modifications 12) Maintain an Air Force approved Quality Control program 13) Maintain knowledge of Operation Safety and Health Administration standards and requirements 14) Provide housekeeping. The proposed contract action is intended to be a Streamlined Source Selection (SSS) IAW AF FAR Supplement Appendix BB. Potential offeror's may identify their interest and their capability to respond to this reuirement. No telephone or FAX requests. Only written requests received directly from the requestor are acceptable. Period of Performance - Basic Period - 1 Oct 96 thru 30 Sep 97, Option I - 1 Oct 97 thru 30 Sep 98, Option II - 1 Oct 98 thru 30 Sep 99, Option III - 1 Oct 99 thru 30 Sep 2000, Option IV - 01 Oct 2000 thru 30 Sep 2001. The approximate issue/response date will be 13 Nov 95. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources may submit a bid, proposal, or quotation which shall be considered. Don't request information on this requirement until after the issue date. Requests for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Kenneth U. Pierce if your concerns are not satisfied by the contracting officer (801)775-2115. (0297)

Loren Data Corp. http://www.ld.com (SYN# 0055 19951025\R-0001.SOL)


R - Professional, Administrative and Management Support Services Index Page