Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 10,1998 PSA#2071

Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg 1215, Hill Air Force Base, UT 84056-5825

J -- KC-10 AIRCREW TRAINING SYSTEM SOL F42630-98-R-60279 DUE 052698 POC For copy, Capt Cecilia Kipp/Likt/[801]777-4205, For additional information contact Capt Cecilia Kipp/Likt/[801]777-4205 This acquisition is to provide complete KC-10 Aircrew Training Systems site operation, maintenance, and support at Travis AFB, CA and McGuire AFB, NJ for four KC-10A Simulators, Two Cockpit procedure trainers, Two Boom Operator Trainers and Two Cargo Loading Trainers. It also includes the operation and engineering support of a Main Support Center (MSC), which requires personnel, equipment, and data necessary to provide life cycle software/hardware prototype support and configuration management for the ATDs, as well as courseware development, update and maintenance. The proposed acquisition is for one 6 month basic beginning 1 Apr 99, with nine additional one year options. Contractor ramp-up is anticipated to take place from 6 Jan 99 through 31 March 99. The wages paid under this contract are subject to the Service Contract Act. Potential offerors should be aware that a comprehensive data package (drawings, specifications, wiring diagrams, etc.) may not be available. The aircrew training devices (ATDs) are split evenly between the two main operating bases, Travis AFB, CA, and McGuire AFB, NJ. All ATDs, except Simulator #3 at McGuire AFB, will undergo extensive modification by Hughes Training Inc. (HTI), the current contractor, to incorporate five ATD modifications. These modifications are scheduled to be completed in April 99. Simulator # 3 is scheduled to be modified with an articulated visual system designed and installed by Evans and Sutherland beginning in May 99. This modification is scheduled to be completed in May 00. This acquisition includes the courseware for: Pilot, Co-Pilot, Flight Engineer, and Boom Operator Initial Qualification, Instructor Qualification, Pilot Upgrade, Requalification, Refresher Training and Academic Ground Training IAW current Air Force guidance. The "Guaranteed Student" requirement will remain in effect throughout the term of the contract. The contractor shall be responsible for all ground retraining. Contractor shall maintain flight simulators, cockpit procedure trainers, boom operator trainers and cargo loading trainers. The contractor is responsible for integrated logistics support, configuration management, data management, engineering changes, courseware development and curriculum updates. As a minimum, current tasks to be performed include: support for the KC-10 configured product baseline, software maintenance/modification, review and impact assessment of weapon system Engineering Change Proposals (ECPs) and Task Change Proposals (TCPs), and configuration status accounting and maintenance. Options may task the contractor to: modify, install and integrate, various ECP kits, to include three articulated visual systems, two at Travis AFB, CA and one at McGuire AFB, NJ; relocate the MSC from Irving TX to Travis AFB, CA; and to build, update, and maintain a KC-10 Web site. ADDITIONAL INFORMATION: All information including the RFP, SOO and SRD will be available on the Hill Air Force Base Acquisition Support Division Home Page, http://farsite.hill.af.mil/rfpso/commod/commhom.html., in an effort to utilize existing electronic capability. For this reason, very few (if any) hard copies will be made available. Only primes need apply. It is suggested that small business firms and others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) on the bid list which will be provided upon request. This acquisition will be conducted through full and open competition IAW AFFARS Appendix BB. The solicitation will require simultaneous submission of the technical and cost proposals. Among the evaluation factors will be the criteria that the contractor demonstrate the capability and resources to fulfill the requirements of the contract. Award will be made to the contractor that successfully demonstrates its program as the best value to the Air Force. A bidder's reference library will be established for bidder's review during proposal preparation. Specific evaluation area criteria in descending order of importance are: Technical, Program Management and Cost. Past performance will be evaluated as a risk rating during source selection. Offerors will be required to submit their technical proposal data items electronically. The final Request for Proposal is anticipated to be released on or about 24 April 1998 with anticipated opening date of 26 May 1998. Potential offerors may express interest, make comments, and ask questions via electronic mail. All comments and questions must be in writing either via electronic mail, regular mail, or fax. Point of contact is Barbara Olsen, Contracting Officer, at kc10@hillwpos.hill.af.mil. Potential Offerors may also mail or fax comments or questions to Joy Bartlett or Capt. Cil Kipp, Contract Negotiators, or Barbara Olsen, OO-ALC/LIKT 6050 Gum Lane, Hill Air Force Base, UT 84056-5825, fax 801-777-6068. No telephone requests. All comments and questions must identify the company source, contact person, and phone number. The questions and answers will be provided on the Home Page to all potential offerors. Allresponsible sources solicited may submit a bid, proposal, or quotation which shall be considered. The approximate issue/response date will be 24 Apr 98. 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. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate 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. Interested parties are invited to call Brent W. Kendall if your concerns are notsatisfied by the contracting officer (801)777-6991. (0098)

Loren Data Corp. http://www.ld.com (SYN# 0027 19980410\J-0002.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page