Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 17,1997 PSA#1994

Phillips Laboratory, Directorate of Contracting, 2251 Maxwell Avenue SE, Kirtland AFB, NM 87117-5773

A -- RESEARCH SOL f29601-98-r-0006 POC sanchez, dolores, prs/pkdb, 505-846-2537, fax 505-846-1546 SOURCES SOUGHT SYNOPSIS, RFP F29601-98-R-0006 PKLA/SANCHEZ, DEE PAGE 2 OF PAGES 17. Sources Sought Synopsis. This announcement is a Research and Development Sources Sought Synopsis for procurement of technical support for the Air Force Research Laboratory (AFRL)/DEBA White Sands Missile Range (WSMR) Advanced Beam Control Testbed. This synopsis DOES NOT constitute a Request for Proposal (RFP) or Invitation for Bid (IFB). The contractor shall aid in the development, maintenance, and running of a Near Infra-red (NIR) optical beam-control test-bed whose purpose is to test new optical beam-control approaches in tracking and atmospheric compensation in a field environment against ground, aircraft and missile targets. The test-bed location is on two ground sites in the northern half of White Sands Missile Range (approximately 70 miles from Soccoro, New Mexico). The sites are located on North Oscura Peak, and Salinas Peak, and are accessible by maintained road. Facilities are located at both sites. A full-time year-round presence (weather permitting) of the contractor on the sites is required to support tests during daytime or night-time hours (as required by the test). Contractor will have to apply for special access badges to enter these facilities. A variety of support skills are required of the contractor to support the operations at these test sites. The expected labor need is a four person full-time level-of-effort. The contractor will support alignment and maintenance of a one-meter telescope and complex electro-optical system that includes solid-state lasers, multi-lens optical relays, solid-state cameras and sensors, steering and deformable mirror systems. The contractor shall aid in the development and maintenance of digital and analog electronic systems including power supplies, electronic filters, precision synchronization systems, and computer controlled hardware. The contractor shall provide computer software support including programming and debugging in C and Java on Unix and PC computers and aid in maintaining network capabilities. The contractor shall provide for maintenance support of the site facilities, trash removal, some light construction, metal machining, welding and electrical repair. The contractor shall be required to support purchasing activities in support of facility upgrades and maintenance. A site visit may be conducted for this acquisition. The expected duration of the proposed contract is forty-eight (48) months. The government expects to award a single Cost Plus Fixed Fee (CPFF) contract. A DD Form 254, Contract Security Classification Specification, with an access level of SECRET will be issued with any resultant solicitation. A U.S. SECRET Facility Clearance is required. Public Law 98-94 may be applicable to this program. Offerors must submit a DD Form 2345, Militarily Critical Technical Data Agreement with required documentation to the contracting office. If not registered, submit request to the Commander, Defense Logistics Service Center, ATN: DLSC-FBS, Federal Center, BattleCreek, MI 49117-2084., (800/352-3572). All small businesses interested should provide a Statement of Capability (SOC) with an original and three (3) copies within 20 days of the publication of this announcement. Responses should be sent to AFRL PRS/PKDB, ATTN: Ms Dee Sanchez, Contract Specialist, 2251 Maxwell Avenue SE (Bldg 499), Kirtland AFB NM 87117-5773. The Statement of Capability shall contain pertinent and specific information adddressing experience, personnel qualifications, and currrent capability of proposed team relevant to this effort. The Statement of Capability shall be limited to 10-15 pages, excluding resumes. Please do not send brochures, marketing information, etc. All of the above items must be addressed to include any plans for subcontracting, teaming, etc. Only unclassified information should be submitted for consideration. All firms submitting responses must reference the AFRL/DEBA WSMR Technical Support Program and indicate whether they are or are not, a small business, a socially and economically disadvantaged business, an 8(a) firm, a woman-owned business, a historically black college or university or a minority institution. The government reserves the right to set aside this requirement for the 8(a) Program, Small Business, or Historically Black Colleges and Universities or Minority Institutions. Interested contractors must indicate their size qualifications under Standard Industrial Classification (SIC) 8711, with a small business size standard of $20.0M. Foreign firms are advised they will not be allowed to participate as the prime contractor. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or contracting officer, but communciates contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. Before contacting the Ombudsman, potential offerors should first communicate with the contracting officer. In those instances where offerors cannot obtain resolution from the contracting officer, they are invited to contact the Air Force Research Laboratory Phillips Research Site (PRS) Ombudsman, Mr Bruce Grunsten, AFRL PRS/PKM, Directorate of Contracting, Mission Support Division, at 505/846-8273 or at 2251 Maxwell Avenue SE, Kirtland AFB NM 87117-5773. When requested, the Ombudsman shall 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. For contracting issues, please contact Ms Dee Sanchez, Contract Specialist, 505/846-2537, FAX 505/846-1546. (0349)

Loren Data Corp. http://www.ld.com (SYN# 0014 19971217\A-0014.SOL)


A - Research and Development Index Page