Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 26,1997 PSA#1790

Regional 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