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