Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 22,1997 PSA#1956

319 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