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