|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 22,1997 PSA#1956319 CONS/LGC, 575 6th Ave, Bldg 418, Grand Forks AFB, ND 58205-6436 J -- MAINTAINING 15 MISSILE ALERT FACILITIES IN CARE TAKER STATUS SOL
F3260598R0002 DUE 113097 POC SSgt Tom Loy, (701) 747-6229, FAX (701)
747-4215 AMENDMENT TO SUBMISSION NO. 134913 The description should read
as follows; The 321st Missile Group and 319th Air Refueling Wing at
Grand Forks AFB are contemplating contracting assorted logistics, Civil
Engineering, Communications, and Base Operations Support (BOS)-related
functions to sustain ICBM silos and facilities for their potential use
in the National Missile Defense (NMD) Program. Contracting the
sustainment related logistics, Civil Engineering, Communications, and
BOS-related functions may prove more cost effective than planned
organic Air Force accomplishment. The contracted effort would preserve
Grand Forks AFB, ND facilities and specialized support equipment to
near-operational configuration. It would also preserve 11 Missile Alert
Facilities (MAFs) and 105 Launch Facilities (LFs) dispersed in a 7,500
square mile area of eastern North Dakota. Nuclear Surety requirements,
components and controls will not be required and all missile and
classified components will be removed. This market survey is a two part
requirement. The first part deals with sustaining the existing silos
until the decision is made whether to use the Minuteman Infasructure.
The second part deals with closing down the silos if the decision is
made to not use the Minuteman Infasructure. A system architecture
decision is scheduled to be made in April 1998 and, if selected as part
of the architecture, the sustainment effort will last, at least, until
a deployment decision is made in March 2000. The contractor will be
responsible for timely maintenance, repair, service, periodic
inspections, limited supply support, corrosion control, flood control,
water diversion, snow removal, vegetation control, cathodic
protection, fire alarm system, domestic and waste water, MAF lagoons,
MAF fuel tanks, MAF heating and ventilation systems, MAF support
building, welding, water leak control, intrasite cableing, cable route
maintenance, electronic surge arrester, cable air dryer, resource
protection, proper hazardous material handling and environmental
compliance on associated facilities and support equipment/systems
(e.g., environmental, commercial/standby and emergency power, personnel
entry system, water/waste systems, and alarms for support systems will
remain operational). The contractor will also provide access and
escorts to contractors and government personnel to the facilities for
logistics, communications, and civil engineering support beyond the
scope/capability of the contract and site visits for the purpose of the
system sustainment and NMD development/deployment. The contractor will
provide an initial maintenance and resource protection response
capability within 24 hours of an alarm and have the capability to
continuously monitor and maintain a remote facility alarm system for
both dispersed facilities and base facilities. The contractor will
operate and continuously man two MAFs (H-00 and L-00) for logistics
support, transient shelter and remote alarm monitoring purposes. The
contractor will be required to perform weaponssystems modifications to
include: the distribution box modification, Time Compliance Technical
Order (TCTO) 21MLGM30-1476G, on up to 27 LF's; the Lead Acid Battery
backfill, TCTO 21M-LGM30-850F, on up to 70 LF's; The brine chiller
freon modification, 21M-LGM30-1489D, on up to 84 LF's/MAF's; and other
modification to the weapon system and support equipment as required.
Additionally, the contractor will be expected to provide limited
supply/parts support, provide material control, maintain and use
applicable Air Force technical manuals, work closely with the Air Force
supply system/personnel, maintain an Air Force compatible supply
support and maintenance documentation system and courier parts to Minot
AFB, ND, repair center and contractor operating locations. The
contractor will be required to perform START escort duties to comply
with the INF Treaty requirements. The contractor will support meetings
with the depot and higher headquarters on sustainment support
requirements and interface/comply with base support agreements,
activities, and requirements. The contractor may plan on using existing
facilities at Grand Forks AFB as an operational location .
Additionally, the contractor can expect to be loaned selected special
purpose vehicles and equipment, but should plan on providing their own
general purpose vehicles. The contractor will accomplish all required
maintenance on assigned vehicles. The contractor will provide required
periodic maintenance for six transporter erectors. The contractor will
operate an on-base battery shop. The contractor will be required to
have limited on-base repair capability for ground electronics and be
required to operate and maintain the proof load test facilities. The
contractor will be required to maintain/operate: the AN/GSM-315
Automated Testing Station; the AN/GSM-131; and the AN/GSM-82 power
Applied Bench. The contractor will also be required to maintain the
Wing Codes Processing System, the Missile Procedures Trainers, and
certain maintenance trainers including the Training Launch Facility.
Should the Air Force Minuteman Option basing mode not be selected, the
contractor will be responsible to environmentally safe and dismantle
all applicable facilities on -- and off -- base. This shall include
harvesting required "Save List" assets in accordance with the save list
and the accomplishment of Time Compliance Technical Orders
21M-LGM30G-862 (LF) and 21M-LGM30G-865 (MAF) as supplemented. The sites
will be processed and maintained in caretaker status until turned over
to the implosion contractor. Should this action be required, the
contractor will start dismantlement within two weeks of notification
while maintaining the 24 hour response to sustained LF's and unmanned
MAF's. Required completion will be approved at that time. At this time
the 319th ARW and 321st MG is collecting availability data to
determine whether contracting this effort will be cost effective.
Interested parties are invited to provide inputs within 30 days of
advisement. No particular format is specified; however, in your
response please indicate your business status, large or small, and
experience, if any, for the type of services listed above. Responses
should be as brief as possible. (0293) Loren Data Corp. http://www.ld.com (SYN# 0051 19971022\J-0013.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|