|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 26,1997 PSA#1790Regional Contracting Directorate (Code 203), Fleet and Industrial
Supply Center, Box 300, Pearl Harbor, HI 96860-5300 M -- RANGE AND BASE OPERATIONS AND MAINTENANCE SUPPORT SERVICES SOL
N00604-97-R-0001 DUE 040197 POC Point of Contact -- Contact Point: G.
Matsumoto, 808/474-2397, ext. 228, contract Specialist; David J. Graff,
LCDR, USN, Contracting Officer Fleet and Industrial Supply Center is
soliciting comments to assist in enhancing competition for a
forthcoming solicitation with particular emphasis on the statement of
work, award fee payment plan, and technical evaluation criteria. The
overall requirement of this contract is to provide full range and base
operations and maintenance and support services for the Pacific
Missile Range Facility (PMRF), Barking Sands, Kauai, Hawaii. PMRF
supports extensive Fleet training and readiness exercises and complex
Test and Evaluation missions for a variety of DOD and allied Government
organizations. As the world's largest instrumented, multi-environment
range, PMRF supports a broad spectrum of simultaneous combat
environments by blending subsurface, surface, air and space regimes to
present the customer with unprecedented realism. Access to over 42,000
square miles of controlled airspace, coupled with major instrumentation
resources for accurate data recording, makes PMRF the premier fleet
tactical training range. The Mauna Kapu Site on Oahu provides frequency
monitoring and detection in support of the Joint Frequency Management
Office (JFMO), CINCPACFLT, and supports Electronic Warfare and
anti-submarine warfare training for aircraft, ships and submarines.
PMRF operates and maintains radio-controlled air and surface targets
for missile, gunnery, and bombing exercises. The surface targets are
operated and maintained by PMRF military personnel, but escort and
towing services are provided by Contractor-operated Weapon Retrieval
Boats. PMRF's Headquarters at Barking Sands, Kauai, Hawaii, includes
range technical facilities, an airfield, base service facilities
(buildings, road, grounds, transportation, utilities, security, and
logistics), fire fighting facilities and several fixed and rotary wing
aircraft. PMRF facilities consist of seven sites on Kauai, three on
Oahu and sites on Niihau. Additionally, PMRF has an extensive fixed and
portable Electronic Warfare (EW) capability which is deployed to sites
throughout the state. Some of these sites are very remote, with access
usually accomplished by helicopter. PMRF also provides operation and
maintenance services to a number of tenant activities. A Secret
Facility Clearance is required. A cost-plus-award fee contract for
labor/operations contract line item numbers (CLINS) and materials at
cost CLINS is anticipated. A draft solicitation will be issued on or
about 1 March 1997. Comments on the draft solicitation will be accepted
until 30 days after the issuance of the draft solicitation. A formal
solicitation is expected to be released on or about 2 September 1997
with proposals due on or about 4 November 1997. Performance will begin
1 September 1998 (allowing for a 30-day transition period) with an
option for a 12month base year and four one-year options. The contract
will contain FAR Clause 52.237-3, Continuity of Services to allow for
continuation of services for up to 90 days after expiration of the
contract. If you consider you company substantially capable of
performing this effort, but identify impediments in the statement of
work, award fee payment plan, technical evaluation criteria, or other
information provided, please provide specific information explaining
how our requirement would have to be changed for your firm to be
capable of performing the contract. Do not send any cost data, resumes,
or other proprietary information. Our present market information does
not warrant setting this acquisition aside for small business. All
sources interested in receiving the draft solicitation shall submit a
request in writing to the Contracting Officer identified above along
with a brief summary of capabilities and experience in providing
similar services. Your request may be faxed to 808/471-5750; include
your phone and fax number. No telephone requests will be honored.
Copies of the draft solicitation will be provided on a 3 1/2" floppy
disk in Microsoft Word, Version 6.0, format. There will be no separate
synopsis for the formal solicitation. All potential offerors
responding to the draft solicitation will receive the formal
solicitation. Note 12. (0055) Loren Data Corp. http://www.ld.com (SYN# 0079 19970226\M-0002.SOL)
M - Operation of Government-Owned Facilities Index Page
|
|