|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 12,1996 PSA#1719AFDTC/PKZB, 205 West D Avenue, Suite 416, Eglin AFB, FL 32542-6864 M -- M- RANGE OPERATION AND MAINTENANCE (O&M) OF EGLIN TECHNICAL
FACILITIES SOL F08635-97-R-0002 DUE 122396 POC Contact Ms. Kim D.
Williams, Contracting Officer or Capt Hal McAlduff, Contracts Manager
at (904) 882-4603. RANGE OPERATION AND MAINTENANCE (O&M) OF EGLIN
TECHNICAL FACILITIES - A proposed contract action in the form of a
Request for Proposal (RFP) is contemplated for release in mid November
1996. The AFDTC test complex supports DT&E, OT&E and training for
Department of Defense activities and supports mission related
activities for other Government agencies. Operation and maintenance of
the AFDTC technical facilities will be provided in accordance with
AFDTC regulations, manuals, range operating instructions, and other
documents as referenced in the Statement of Work and Technical
Requirements Document. The contractor must possess a flexible
organization to provide a quick-reaction capability to meet last-minute
changes and requirements. The contractor's organization and personnel
must be dynamic and readily adaptive to equipment reconfiguration,
upgrading and modernization, and to the employment of new techniques
and technology to keep pace with the ever-changing AFDTC mission
requirements. As facilities and instrumentation are modified or added
to the inventory, the contractor shall be responsible for the
operations and maintenance of such modified or augmented systems A
brief description of the major components of the AFDTC technical
facilities follows: ARMAMENT/C4ISR SYSTEMS TEST ENVIRONMENT (ASTE):
Numerous land and water test areas with associated air space on the
Eglin complex are designated for Armament (air-to-surface,
surface-to-air, air-to-air, and surface-to-surface) and Command,
Control, Communications and Computer Intelligence
Surveillance/Reconnaissance (C4ISR) testing. The test area capabilities
vary in sophistication from little or no instrumentation to areas with
extensive instrumentation capable of evaluating the most complex
systems. Armament delivery/flight profiles at all altitudes and from
subsonic to supersonic speeds can be accommodated. The following is a
summary list of the capabilities of the land and water test areas:
Time-Space-Position-Information (Optical, Radar, Laser, and Video),
Engineering sequential data (High Speed Film, Video, and
Cinetheodolite), Scoring (Surveyed Grid and Electro-optical), Data
Recording (Analog and Digital), Communications (Intersite and
Intrasite), Time Correlation, Weather Measurement and Monitoring, and
Telemetry. OPEN AIR ELECTROMAGNETIC TEST CAPABILITY: The Open Air
Electromagnetic Test Capability consists of numerous threat systems and
associated instrumentation. These systems provide a realistic and
flexible open-air multi-spectral environment for testing and training.
Various threat systems are represented on the Eglin complex that
operate in different frequency bands and operating modes. The Open Air
Electromagnetic Test Capability is integrated into the AFDTC Test
Complex through an extensive instrumentation system, 2 ground
communications system (intersite and intrasite), and an air-to-ground
communications system. The Open Air Electromagnetic Test Capability is
capable of evaluating the most complex weapons and C4ISR systems and
platforms. SUPPORT SYSTEMS/FACILITIES/SITES: These
systems/facilities/sites provide capabilities which support a wide
variety of development and testing. Simulation capabilities are
provided in such facilities as the Preflight Integration of Munitions
and Electronic Systems (PRIMES) Facility, the Guided Weapons Evaluation
Facility (GWEF), Climatic Test Facility, and others. A
cost-plus-award-fee contract with cost reimbursable line items for a
three-year basic period, one two-year option, and one three-year option
is anticipated for award on or about 1 May 97. The proposed
product/service Standard Industrial Classification (SIC) Code for this
acquisition is 8744 ($3.5 million). The contract will be subject to
the Service Contract Act and a wage determination for the Eglin AFB
area will be included in the contract and set out in the Request for
Proposal (RFP). An organizational conflict of interest (OCI) provision
will be incorporated into the contract and will be set out in the RFP.
Under 22 U.S.C. 2751 and 50 U.S.C., Appendix 2401, it is unlawful to
export items containing export-controlled technical data. Only
qualified U.S. contractors who have registered with and are certified
by the Defense Logistics Services Center, Battle Creek, MI 49016-3412,
telephone number 1-800-352-3572, will be eligible. Technical questions
may be addressed to 46 TW/TST, Mr. Lorin Klein, (904) 882-2591. For
contractual information, contact Capt. Hal McAlduff, AFDTC/PKZ, Eglin
AFB, FL 32542-6864, (904) 882-4603 or Ms. Kim D. Williams AFDTC/PKZ,
Eglin AFB, FL 32542-6864, Contracting Officer. Dr. Daniel J. Stewart,
AFDTC Executive Director, (904) 882-5558 or E-mail
stewart@eglin.af.mil, has been appointed 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 regarding
contractor concerns, issues, and disagreements with government
personnel. Routine technical and contracting issues should therefore be
directed to the technical and contracting staff previously identified
in this synopsis. This synopsis is for information and planning
purposes only. It does not constitute an IFB or RFP, and is not to be
construed as a commitment by the Government. Paper copies of the
Request for Proposal will not be mailed to potential offerors. The RFP
will be available on the World Wide Web Eglin Air Force Base
Contracting home page. The address for this page is
http://eglinpk.eglin.af.mil/OPS/RFP.HTM. Responses to this NOCA are not
required. Number Note 1 applies. (0312) Loren Data Corp. http://www.ld.com (SYN# 0058 19961108\M-0001.SOL)
M - Operation of Government-Owned Facilities Index Page
|
|