Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 4,1996 PSA#1543

Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611

R -- PRE-SOLICITATION NOTICE SOL F09603-96-R-41129 POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional information contact Cathy Armor/Lkka/912-926-9109 Subject: Intelligence Information Proessing and Production (I2P2) Equipment and Enhancements Contractor Logistics Support (CLS), Request for Proposal F09603-96-R-41129. 1. This is notification of intent to release the Draft Request for Proposals (DRFP) for the I2P2 CLS effort. Anticipated date of release of DRFP is 29 Feb 96. Pre-Solicitation conference is tentatively scheduled for 15 Mar 96; DRFP will specify exact date, time and location. This synopsis also serves as a notification of intent to release the official RFP, on or about 01 May 96. Target contract award date is 31 Dec 96. The contractor winning this competition will be required to assume maintenance/logistics support responsibility on 01 Jul 97. 2. Interested parties will be afforded an opportunity for one-on-one meetings with the Government Program Team on the date specified in the Draft RFP, in conjunction with the Pre-Solicitation conference. Individual meetings must be requested and scheduled in accordance with the instructions set forth in the Draft RFP. Attendance at the Pre- Solicitation Conference is anonymous; however, to be eligible for the individual meetings, you must attend the group forum. The purpose of the Pre-Solicitation Conference is not to obtain proposals, but is solely to offer clarification of the Government's requirement and address applicable industry concerns. Attendance does not guarantee that any offerors will be considered for award. Accordingly, the Government is under no obligation to reimburse any source for attendance at this meeting or for any bid and/or proposal costs incurred in preparation of same. 3. All requests for copies of the RFPs must include a certified copy of DD Form 2345, Military Critical Technical Data Agreement, is not previously submitted. To request this certification, write to the Commander, Defense Logistics Service Center, Battle Creek MI 49017-3084 and request a copy of Department of Defense Form 2345 or call the Defense Logistics Service Center at 1-800-352-3572. 4. The I2P2 program is a CLS program which supports the worldwide Department of Defense Intelligence Information System (DODIIS) used by the Departments of the Army, Navy, Air Force, Energy, and Treasury, Defense Intelligence Agency, Defense Communications Agency, and the Drug Enforcement Agency. 5. The I2P2 program utilizes a variety of commercial-off-the-shelf (COTS) equipment and software employed in a variety of applications in support of intelligence functions among the DODIIS, assisting intelligence analysts in the correlation of data from various sources. The I2P2 program encompasses approximately 30,000 end items of COTS computer equipment, including local and wide area networks, video systems, workstations, light tables, optical and photographic equipment and numerous other types of data retrieval equipment from approximately 500 equipment manufacturers. The equipment is currently employed at more than 200 sites, both fixed and deployable, within the United States and ten foreign countries. 6. The CLS requirements of this program include on-site and per-call preventive and remedial maintenance support as well as central site/remote location maintenance, technical services, in-plant repair, remote diagnostics services, COTS software and documentation update services, and contractor-provided spare/repair parts and support equipment. For your information, at this time supporting the current I2P2 CLS contract, there are 42 on-side/residential field technicians located outside the Continental US (OCONUS), 107 on-side/residential field technicians located in CONUS, 175 per-call field technicians located OCONUS, and 321 per-call field technicians located in CONUS. The sensitive nature of equipment to be maintained requires that strict security requirements be maintained, and necessitates that contractor maintenance personnel be cleared to the TOP SECRET/SCI level. 7. Other duties required of the awardee will be fully covered in the Statement of Work. 8. The period of the contract is 01 Jul 97 - 30 Jun 98 plus four annual options, for a total not to exceed five years. 9. A streamlined source selection in accordance with AFFARS Appendix BB and supplements will be executed. Potential offerors and any other interested parties are hereby put on notice that a source selection is in process. From now until completion of the source selection (approximately Dec 97) inquiries regarding the program should be directed to the buyer or the contracting officer named in the following paragraph. 10. To obtain a copy of the RFPs (Draft and Official), please submit a WRITTEN request no later than 5 Mar 96 to the buyer, Cathy Armor, WR- ALC/LKKA, 460 Second Street Ste 221, Robins AFB GA 31098-1640, or FAX to 1- 912-926-5407. Please include your manufacturer (FSCM) code with your request. All respondents to this synopsis will be provided a copy of the official RFP, when issued. A SECOND REQUEST IS NOT REQUIRED. If further information is needed at this time, please contact the buyer at phone 1- 912-926-9109 or the Contracting Officer, Joan Dixon, at phone 1-912-926- 2230. To obtain a copy of solicitation package send a written request or a FAX (912) 926-5407. Attn: Cathy Armor. (0060)

Loren Data Corp. http://www.ld.com (SYN# 0090 19960301\R-0021.SOL)


R - Professional, Administrative and Management Support Services Index Page