Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 9,1996 PSA#1569

AFDTC/PKZA, 205 West D Avenue, Suite 428, Eglin AFB FL 32542-6864

B -- JOINT FEASIBILITY STUDY (JFS) AND TEST AND EVALUATION (T&E) SUPPORT OF OSD SOL PKZ-606 DUE 051596 POC Jalane May, Contract Specialist, or Vicky Dawson, Contracting Officer, at (904) 882-4141. Sources are sought for an effort to establish support for Deputy Director, Test, Systems Engineering and Evaluation (Test and Evaluation), Office of the Under Secretary of Defense, Acquisition and Technology to provide support to the Joint Test and Evaluation program. OSD sponsors the JTE program to conduct tests and evaluations and provide information required by Congress, OSD, the Unified Commands, and DoD components relative to joint military operations. The JTE program examines such things as joint tactics, techniques, and procedures (TTP's) and their implication to interoperability and equipment modernization issues. The purpose of the program is to bring two or more Services together to evaluate technical or operational concepts, to provide information on systems requirements and improvements, to examine systems interoperability, to develop and analyze testing methodologies, or to evaluate technical or operational performance under the realistic conditions of interrelated or interacting weapons systems. Models, simulations, test beds, and various types of testing (laboratory, field test, etc.) are used to obtain and validate data to support JT&E conclusions and recommendations. The JT&E is composed of three separate but closely related activities: (1) the nomination, coordination, and consideration of the nomination for inclusion in the JT&E program, (2) a Joint Feasibility Study (JFS) to determine the need and feasibility of approved nominations, and (3) the execution of those approved nominations that show potential for significant improvements in Joint military capabilities. The selected contractors will provide support to the feasibility study and execution activities. Feasibility studies are funded and directed for 6 months to a year. Typically, OSD will direct one or more feasibility studies per year. Execution is accomplished by a chartered Joint Test Force (JTF). Typically, one or two JTFs will be chartered each year, with a requirement to execute the JT&E within three years. The JFSs and JT&Es are conducted at various locations throughout the United States. The nature of the activity and the preferences of the Service/Activity which nominated the JFS or JT&E will dictate its location. Thus at any given time, there may be as many as 10 different activities (JFSs and JT&Es) being supported in a wide variety of locations. Typical contractor support includes: (1) Conduct of Test and Evaluation Feasibility Studies and Analysis Plans for Assessment, (2) Development of Outline and Detailed Test Plans, (3) Development of Data Management and Analysis Plans, (4) Modeling and Simulation Expertise, (5) Field Test Execution, to include: test planning and set-up, (6) Test execution, (7) Data collection (including data authentication): On-site analysis by Subject Matter Experts, Full range of logistics, resource and administrative support to the JT&E, and Preparation of Test and Evaluation Reports and briefings of final JT&E results. Administrative, resource, logistic and management support to the chartered organization. A responsive offeror must demonstrate a capability to expeditiously bring together the resources required to temporarily establish an organization, at a site anywhere in the United States staffed with a wide range of supporting personnel skills including: experienced senior engineers, scientists and analysts, experts in a wide variety of Joint and Service specific military operations and equipment, instrumentation technicians, data collectors and management personnel. For any given test, it is anticipated there will be a core cadre of management and analysts, supplemented by varying numbers of temporary personnel for field test support. The contractor may be required to establish and equip temporary (or test duration) office facilities for both the contractor and the government JTF. The proposed services will be obtained by indefinite delivery/indefinite quantity, competitively negotiated contracts with periods of service of two (2) years with three (3) option years, beginning approximately 1 March 1997. Work is expected to be continuous and involve multiple, simultaneous projects, however, intermittent schedules may be necessary. Based on responses to this announcement we anticipate that more than three contracts will be awarded, including: Small Business set-side, Section 8(a) competition, and full and open competition. Individual delivery orders will be issued by the Contracting Officer's Technical Representative. Work will involve Phase I Feasibility Studies, based on selection for test Phase II test and evaluation. Feasibility Studies and Test and Evaluation may have headquarters located anywhere in the Continental United States - Principal investigators under this contract must have verifiable extensive research in Test and Evaluation, with preference given to those with experience in the aforementioned areas. Respondents meeting these minimal requirements will be sent a Request for Proposal (RFP) on or around 1 August 1996, with proposals due on or around 16 September 1996. This procurement is subject to funds availability. The factors to be used in evaluating the proposals and their relative order of importance will be included in the RFP. Respondents to this notice of contract action must fully document their ability to satisfy all aforementioned requirements and the entire range of services anticipated under this contract. Colonel Dennis Voss (904-882-5966) has been appointed by the AFDTC Commander to hear offerors' or potential offerors' confidential concerns, if any, regarding this acquisition. The Ombudsman's purpose is not to replace the technical staff or contracting officer but to serve as an honest broker and communicate any contractor concerns, issues, and disagreements to the appropriate government personnel. Routine technical and contracting issues should therefore continue to be directed to the technical and contracting staff identified elsewhere in this synopsis. For information regarding the technical aspects of this requirement, contact Mr W. Thomas, 1-800-522-6937 (Extension 2826). For contractual information, contact Ms Vicky Dawson, or Jalane May, AFDTC/PKZA, 904-882-4141. Firms responding to the synopsis should state whether they are a Small Disadvantaged Business or Small Business concern as defined by FAR 52.219-1, 52.219-2, and SIC Code 8731 with a size standard of 500 employees. Interested firms should submit sufficient information which will permit evaluation of technical capabilities in writing to AFDTC/PKZA, Attn: Vicky Dawson 904 882-4141 or by facsimile machine number 904-882-5757. Responses to this synopsis must be received by 15 days from date of publication of this announcement. Collect calls regarding this synopsis will not be accepted. Note 26 (0096)

Loren Data Corp. http://www.ld.com (SYN# 0015 19960408\B-0001.SOL)


B - Special Studies and Analyses - Not R&D Index Page