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