|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 27,1997 PSA#1959ASC/YWK, Bldg 11, 2240 B St., Ste 7, Wright-Patterson AFB, OH
45433-7111 69 -- TRAINING SYSTEM ACQUISITION (TSA) SOL F33657-98-R-0008 POC
Contracting Officer, Rachel A. Harris, (937)255-7388, ext 421/Contract
Negotiator, Barbara J. Fisher, (937)255-7388, ext 253 The objective of
this synopsis is to announce renewed acquisition planning for the
Training Systems Product Group (TSPG) at Aeronautical Systems Center
(ASC), Wright-Patterson AFB OH, with the intent to competitively award
multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for
the Training Systems Acquisition (TSA) program, (formerly Aircrew and
Aircraft Maintenance Training Systems (AAMTS) II). The objective of
this acquisition strategy is to significantly shorten acquisition
lead-time required to meet USAF, Foreign Military Sales (FMS), AF
Reserve and Air National Guard training requirements by reducing
acquisition time. In general, the scope of effort for the TSA contracts
encompass the capabilities to provide design, development,
installation, test, production, and sustainment of complex aircrew,
maintenance, and system specific training systems, including training
devices, courseware, software, hardware, visual/Sensor systems and
databases, and CLS. It is anticipated that contract awards will be made
to both large and small business. Small business firms responding are
required to submit proof of small business or Section 8(a) eligibility.
Standard Industrial Classification (SIC) code 3728 applies with a size
limit of less than 1000 employees including the offeror and its
affiliates. The Air Force intends to award two small business contracts
and two or more large business contracts. However, the government
reserves the right to award based on small business set-aside or full
and open competition. The aggregate ceiling of all contracts is
$486,000,000. The anticipated period of performance is to be eight
years overall with a five year ordering period and additional three
years for performance/delivery. Resulting contracts will include an
"Organizational Conflict of Interest Clause" in accordance with FAR
9.507-2. The Government intends to conduct this competition via
electronic means. Therefore all information will be posted on the
Pre-Award Information Exchange System (PIXS) at:
http://www.pixs.wpafb.af.mil. It is the offeror's responsibility to
access the information. NO paper copies will be provided. An Industry
Day will be held prior to RFP release. Details will be posted on PIXS.
The TSA has maintained a list of interested offerors from AAMTS II
planning activity. Offerors who wish to remain on the list of
prospective offerors for TSA need not respond if the information
provided under AAMTS II is current. New potential offerors intending to
submit a proposal addressing the entire scope of effort of the TSA
program should respond to the TSA Contracting Officer with the
following information: Company or division name intending to act as
Prime, business code (large, small, 8A), whether foreign or
domestically owned and controlled, mailing address, point of contact,
telephone number, FAX number, and e-mail address. TSA Contracting
Officer: ASC/YWI, Attn: Rachael A. Harris, 2240 B St, Room 231, WPAFB,
OH 45433-7111, (937) 255-7388 ext. 421, Fax (937) 656-7538, Email:
respond via PIXS link. An Ombudsman has been established for this
acquisition. The only purpose of the Ombudsman is to receive and
communicate serious concerns from potential offerors when an offeror
prefers not to use established channels to communicate concerns during
the proposal development phase of this acquisition. Potential offerors
should use established channels to request information, pose questions,
and voice concerns before resorting to the use of the Ombudsman.
Potential offerors are invited to contact ASC's Ombudsman, Mr. Mike
Coalson, ASC/SYIR, Bldg 52, 2475 K Street, Suite 1, Wright-Patterson
AFB OH 45433-7642; E-mail: coalsoms@sy.wpafb.af.mil; Phone: (513)
255-5535 ext. 250 with serious concerns only. (0296) Loren Data Corp. http://www.ld.com (SYN# 0203 19971027\69-0001.SOL)
69 - Training Aids and Devices Index Page
|
|