Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 12,1996 PSA#1719

AFDTC/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