|
COMMERCE BUSINESS DAILY ISSUE OF MAY 16,1996 PSA#1596Operational Contracting Division, 1940 Allbrook Dr, Ste 3 Bldg 1, WPAFB
OH 45433-5309 R -- OPERATIONS/MAINTENANCE SUPPORT SOL F33601-96-R-9011 POC For copy,
ASC/PKWO, Attn: Bldg 260, 1940 Allbrook Dr Ste 3, WPAFB OH 45433-5309,
POC: Paul Eubank, 513-257-5844, Fax No 513-257-3926. SOURCES SOUGHT:
SIC Code 8731. Size standard 1,000. 1. All sources capable of providing
these services are being sought. This is not a notice of RFP issuance.
Wright Laboratories, Flight Dynamics Directorate, Vehicle Subsystems
Division, Survivability and Safety Branch (WL/FIS) anticipates a
competitive acquisition for services in support of test programs at the
Aircraft Survivability Research Facility (ASRF). Anticipated period of
performance is 1 Dec 96 through 30 Sep 97 for the basic contract, with
four (4) option years. This would be a follow on to the current
contract F33601-92-D-J034. In order to eliminate Freedom of Information
Act (FOIA) requests, a summary of the current contract may also be
available if requested (use e-mail if possible). WL/FIVS is the
responsible test organization for Air Force programs that must adhere
to the US Live Fire Law and is also the Air Force vulnerability
research and development facility. Currently the ASRF is supporting the
B-1, F-22, composite structure vulnerability, Halon replacement and
fire suppression programs. Approximately forty (40) contractor
personnel are actively engaged in supporting these ASRF programs in
buildings 94, 96, 100, 191 and 71-I-Bay at Area B of Wright-Patterson
AFB OH. The majority of the personnel work in buildings 94, 96 and 191.
2. Requirements: This effort will require the contractor to provide
diverse technical services including 1) welding (personnel must be
certified by the American Welding Society or equivalent in gas, arc,
MIG and TIG welding and be familiar with the problems associated with
the welding of carbon steels, stainless steels, aluminum, titanium and
other aircraft structural materials. 2) handling munitions and
explosives to include pulling rounds apart to decrease/increase powder
charge and change fuses, and loading weapons prior to testing; 3)
analyzing structural damage by non-nuclear ballistic munitions impacts
using finite element or finite difference modeling methods; 4) writing
analysis and vulnerability code from scratch or modifying existing
codes using FORTRAN and C languages; 5) preparing multi-media (CD ROM)
presentations for organizational customers (including the
incorporation of test data, data analysis, test photographs, test video
and test high speed camera footage) and 6) documenting modifications to
test facility structures, data acquisition systems (hardware and
software), test facility electrical power systems and test facility
fuel and water systems. Travel within continental United States may be
necessary as individual test circumstances dictate. Due to the
uncertainty in test activities a flexible labor mix consisting of a
variety of labor skills will be required. The division of work is
anticipated to be approximately 30% engineering-related effort and 70%
technician type effort. The contractor will be responsible for the
following types of tasks: 1) Design, fabrication, operation,
maintenance and repair of pneumatic, hydraulic, holographic,
photographic and electrical equipment used in conjunction with ASRF
operations and test activities; 2) Design, fabrication, operation,
maintenance, repair and documentation of all hardware and software
components commonly used in survivability testing at the ASRF (e.g,
data acquisition computers and boards, data acquisition and reduction
software); 3) Design, maintenance, operation, repair upgrade,
modification and documentation of existing and new test fiaxtures,
articles and facilities; 4) Design, fabrication, installation,
maintenance, repair and documentation of all data acquisition and
instrumentation systems commonly used in testing at the ASRF (e.g.
pressure transducers, strain gauges, thermo-couples, data acquisition
boards, signal acquisition and conditioning equipment, digitizing
devices, printers, plotters, etc); 5) Design, development, assembly,
operation, documentation and maintenance of automated control systems
necessary for accomplishment of test objectives (control systems for
hazardous chemicals, high temperature materials, composite materials,
cryogenic fluids and mechanical load-producing devices); 6) Calibration
(to NIST standards), data acquisition and reduction, instrumentation
and automated control systems; 7) Data reduction on test data,
preparation and delivery of test reports; 8) Inspection, maintenance
and upgrade of electrical power systems and support equipment (110,
220, and 440 voltages at 60 Hz or 28 volts at aircraft 400 Hz); 9)
shipping and receiving of test articles, materials and equipment to
include hazardous materials (i.e. munitions, explosives, chemicals,
etc) and large aircraft structures (up to 25,000 pounds); 10) Maintain
an efficient system for the expeditious procurement of approximately
$150,000 per month in supplies and specialized services from the Air
Force supply system and other sources. Such purchases are typically
required with little or no advance notice. The contractor must be
prepared to carry two (2) months of billed service and supply costs
pending receipt of monthly payment. The contractor will be required to
provide a continuous minimum level of support at all times, and
respond to significant requirement surges as necessary (typically 30
days advance notice is provided). The contractor will be required to
maintain one daily work shift, but must posses the flexibility to
increase to two or three shifts as circumstances dictate (typically 1
week advance notice is provided). Contractor management personnel must
be both readily available and able to visit the work site
expeditiously during work shifts. Security clearances at the Secret
level will be required of all employees working on this effort. 3.
Qualifications: See draft Performance Work Statement (PWS) available
upon request (use e-mail if possible). 4. Capabilities: Interested
partes must submit one (1) capabilities package (but with 2 copies of
the cover letter) in the following format: 1) Clearly describe your
background and experience in Live Fire Testing. 2) Clearly describe
your capabilities with regard to the performance of basic
''experimental'' non-nuclear ballistic impact research for materials
(composite and metallic) and instrumentation methods. 3) Clearly
describe your capabilities with regard to ''experimental'' fire
suppression research on aircraft systems. 4) Clearly describe your
ability to meet the stated requirements 1 through 6 listed in
''Requirements'' section above. 5) Clearly describe the extent to which
subcontracting is anticipated, identifying specific areas of the effort
for which subcontracting would be relied upon. 6) Clearly describe your
ability to respond to urgent and short notice test requirements,
including discussion of the impact of subcontracting arrangements upon
these capabilities. 7) Clearly describe your technical breadth and
depth to accomplish tasks 1 through 10 listed in the ''Requirements''
section above, addressing specifically your capabilities in
accommodating significant requirement increases and decreases as well
as maintaining the ability to quickly access sufficient numbers of
personnel for sudden requirement surges. 8) Clearly describe your
process and success in obtaining security clearances for employees. 9)
Provide a typical resume that exemplifies the type of person you would
identify to do the tasks listed in the ''Requirements'' section above.
10) Any other information you think we need to evaluate your
capabilities. The capabilites package should present clear evidence
that the interested party is fully capable of providing the required
services and as such may contain any information (but must not exceed
20 single-spaced, 10-point typed pages) the interested party feels is
relevant. In addition to the information requested in ''Capabilities'',
responding parties must indicate their size status (large, small, small
disadvantaged, 8(a) or woman-owned), and type of company in relation to
the applicable SIC code 8731. Businesses, including their affiliates,
employing an average of 1000 individuals or less during the past 12
months are considered small. Include fax and e-mail information and
identify if your intent is to act as prime contractor, subcontractor or
consultant (this information is NOT intended as preselection evaluation
documentation). RFP release is anticipated in Jul 96. All materials
submitted in response to this sources sought synopsis must be received
in the contracting office at the following address not later than 4
Jun 96: ASC/PKWOV, Attn: Paul Eubank, 1940 Allbrook Dr, Ste 3, (Bldg
1), Wright-Patterson AFB OH 45433-5309, voice (513) 257-5844, Fax (513)
257-3926 or e-mail: eubankpd@pkwsmtp.wpafb.af.mil Until release of the
RFP, technical questions and dialogue may be directed to Major Keith
Jochum, WL/FIVS, voice (513) 255-7607/2661/3061 Fax (513) 476-4694 or
e-mail jochumkb@fivmailgw.flight.wpafb.af.mil Contractual questions may
always be directed to Mr. Eubank. An Ombudsman has been established for
this acquisition. The only purpose of the Ombudsman is to receive and
communicate serious concerns from potential offerors when an offeror
prefers not to use established channels to communicate his/her concerns
during the proposal development phase of this acquisition. Potential
offerors should use established channels to request information, pose
questions, and voice concerns before resorting to use of the Ombudsman.
Potential offerors are invited to contact ASC's Ombudsman, Col Michael
J. Corcoran, ASC/IG, Bldg 14, 1865 Fourth St, Ste 12, Wright-Patterson
AFB OH 45433-7126, at (513) 255-0600, with serious concerns only. This
announcement contains the best available information and is subject to
change. This solicitation will be issued approximately 15 Jul 96. All
responsible sources may submit a bid, proposal, or quotation, which
shall be considered. No telephone requests. Only written or faxed
requests received directly from the requestor are acceptable. (0135) Loren Data Corp. http://www.ld.com (SYN# 0098 19960515\R-0015.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|