Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 12,1997 PSA#1970

Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611

Y -- F-15 PRISM SOL F09650-98-R-0099 DUE 011598 POC For copy, WR-ALC/PKOA,215 BYRON ST,ROBINS AFB GA, For additional information contact Sharon Broughton/Pkoca/[912]926-5151 F-15 Precision Radome Integration System of Measurement (F-15 PRISM). F09650-98-R-0099 This requirement is to establish a modernized indoor electrical test range for the F-15 aircraft's nose radome. The project shall be titled the F-15 Precision Radome Integrated System of Measurement (F-15 PRISM). The F-15 PRISM will be used to perform depot-level electrical testing on new and repaired radomes. All required data, special tooling, equipment, instrumentation, training, documentation, facilities et al. will be procured as a single turn key entity. The project included complete design, engineering, development, installation, documentation, and validation necessary to deliver an operationally ready test range. Key components shall include: a parent enclosure building, anechoic chamber, compact range reflector(s), automated instrumentation and positioning control system, software, boresight alignment kit, heating, ventilation, air conditioning system (HVAC), fire protection system and utilities. All potential sources are encouraged to visit the Warner Robins Air Logistics Center, Directorate of Contracting Homepage at http: contracting.robins.af.mil/prism.ssi Go to: Selected WR-ALC Business Opportunities and look for F-15 PRISM. It is anticipated that the specifications, draft RFP and other data will be added soon. Please check this site periodically as new and updated information will be added without notification in the CBD. THIS IS A SMALL BUSINESS SET ASIDE. FAX 912 926-3569 The approximate issue/response date will be 15 Dec 97. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. All potential offerors should contact the buyer/PCO identified above for additional information and/or to communicate concerns, if any, concerning this acquisition. If your concerns are not satisfied by the contacting officer, an Ombudsman has been appointed to hear serious concerns that are not resolved through established channels. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate serious contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. When appropriate, potential offerors may contact Ombudsman James Grant, Chief, Contract Policy Division, at 912-926-2604. Please be prepared to identify previous contacts made by you in an attempt to resolve your concerns. This acquisition may/does involve technology that has a military or space application. The only US contractors who may participate are those that are certified and registered with DLSC (1-800-352-3572) and have a legitimate business purpose. US contractors must submit a copy of their current, approved DD Form 2345 with their request for solicitation. To request this certification, write to the Commander, Defense Logistics Services Center, ATTN: DLSC-FEB, Federal Center, Battle Creek MI 49017- 3084 and request a copy of Department of Defense Form 2345 or call DLSC at the above number. The solicitation/data package will be mailed to the data custodian identified in block 3 of the DD Form 2345. The extent of foreign participation has not yet been determined. MOU country sources must contact the Contracting Officer within 15 calendar days of the date of this synopsis notice to receive a copy of the solicitation at the time it is initially issued. Issuance of the RFP will not be delayed to review requests from MOU country sources received after 15 days or from non-MOU country sources. Nothing in this notice contradicts other restrictions, identified in the synopsis notice or solicitation, regarding eligible sources (e.g., if this is a small-business set-aside, foreign sources may not participate as potential prime contractors but could, if otherwise eligible, participate as subcontractors). See Note (s) 1. (0311)

Loren Data Corp. http://www.ld.com (SYN# 0150 19971112\Y-0012.SOL)


Y - Construction of Structures and Facilities Index Page