Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 28,1998 PSA#2104

Commander, Naval Air Warfare Center Weapons Division, Code 220000D, 1 Administration Circle, China Lake, CA 93555-6100

M -- PACIFIC RANGES AND FACILITIES EQUIPMENT AND ASSOCIATED SERVICES -- SMALL BUSINESS SOURCES SOUGHT POC Jackie Harrison, Contract Specialist, (760) 939-4240 TITLE: PACIFIC RANGES AND FACILITIES EQUIPMENT AND ASSOCIATED SERVICES -- SMALL BUSINESS SOURCES SOUGHT DUE 061098 POC Jackie Harrison, Contract Specialist (760) 939-4240 or Maureena Mueller, Contracting Officer, (760) 939-8176 The Naval Air Warfare Center Weapons Division, China Lake, CA anticipates issuing a solicitation for a two-year contract with three one-year options for Pacific Ranges and Facilities Equipment and Associated Services. The Standard Industrial Classification (SIC) Code is 8711 and the small business size standard is $20 million average annual receipts over a three year period. In the event a contract is awarded, the successful offeror must possess the ability to obtain a TOP SECRET clearance. The intent is to have a multi-skilled work force which will perform at all Pacific Range sites although the majority of the effort will support Land and Sea Range efforts. This requirement has previously been briefed at Industry Briefs held at both China Lake, CA and Point Mugu, CA in January 98. The Contractor will provide systems engineering support, such as, determining specifications and design, identifying and resolving interface problems, developing test requirements, evaluating test data. The Contractor will provide range instrumentation support, which includes surveillance, tracking, measuring and scoring equipment for above, on and below the surface of the ocean, communications for command and control, recording and displaying data, telemetry and systems for automatic acquisition, storage, manipulation, management, movement, control display, switching, interchange, transmission or reception, of data or information. These may include new systems, modifications to existing systems and the support equipment, including automatic test equipment, for new or existing range and threat simulation systems and subsystems. The Contractor shall also provide test operations and maintenance in the following areas: communications, frequency monitoring, meteorology, field power systems (fuel powered generators and photo-voltaic systems), photo-electronics (maintenance and repair of video equipment, cameras, tracking mount trailers, domes), land targets, range scrap removal, ordnance removal and cleanup. The Contractor shall also provide radar cross section range maintenance and operational support. The Contractor shall also provide operation, maintenance and services for data collection equipment, computer systems, and data display devices, and related services, collecting, transmitting, preparing, processing, tabulating, plotting, and displaying scientific and technical data that are derived from or developed for, flights and tests of rockets, missiles, satellites, test vehicles, aircraft, ships, targets, land vehicles, and other devices associated with Department of Defense programs and related services. These services include operating and maintaining various electronic instrumentation systems and sites for the purpose of collecting trajectory and telemetry test data, command-destruct sites, airborne surveillance radar, automatic and semi-automatic data reduction assessment, plotting and display equipment used in real-time to support NAWCWPNS operations and operational range control, target control systems, operational display systems, and range instrumentation interfaces; performing data interfacing, software analysis and support to develop, modify, convert, and maintain computer coded production and special purpose data reduction procedures; handling, distributing, storing and disposing of all types of operational and classified data. SMALL BUSINESS Sources interested in providing these services should complete the following Contractor Profile Data Questionnaire. In answering the questions, you may submit other data to support your answers, however, the minimum requirement is submission of the company profile data. Written responses must be received by 10 June 98. Address mailed responses to: Commander (Code 220000D -- Attn: Jackie Harrison), Naval Air Warfare Center Weapons Division, 1 AdministrationCircle, China Lake, CA 93555-6100. facsimile responses are acceptable and should be sent to: Jackie Harrison (760) 939-8186; e-mail responses are acceptable, however, message must contain a contact name and phone number, and any attachments must be readable in Microsoft Word Version 6.0. E-mail responses to: jharrison@ban.chinalake.navy.mil. THE FOLLOWING CONSTITUTES THE CONTRACTOR PROFILE DATA QUESTIONNAIRE. RESPONSES SHOULD BE CLEARLY NUMBERED AND ARRANGED IN THE SAME SEQUENCE AS BELOW: 1) Name & address of applicant (Corporate/Principal Office); 2) name & phone number of point of contact; 3) date firm started; 4) SIC Code; 5) type of business (i.e., small business, small disadvantaged business 8(a) certified, HBCU/MI, Woman-owned small business, small disadvantaged business (not 8(a) certified), or large business); 6) total number of employees (a) labor categories (Percentage of engineering, other professionals, administrative, technicians, craftsmen, general helpers, clerical, and other) (b) security clearances (Percentage of current employees that have clearances); 7)financial data, include: (a) average annual sales/receipts for last three fiscal years, (b) receipts for each of the following fiscal years: 1995, 1996 and 1997, (c) does your firm have a DCAA -- approved cost accounting system, if so, what was the approved date, (d) date of last pre-award survey, (e) office performing pre-award survey, (f) Dun & Bradstreet rating, (g) DUNS number; 8) list key words that describe your firm's expertise; 9) list major programs on which your firm has worked; 10) describe your firm's principal product and/or service (list as many areas as you wish, indicating the number of individuals within your firm with their expertise cited and their cumulative work-years of experience in the specific area listed); 11) key personnel, provide academic credentials, key areas of expertise, and a synopsis of major accomplishments -- limit of 6 personnel; 12) list your firm's most significant contracts which are relevant to providing support services similar to the required services for the past 3 years. list up to three contracts and include the following information: (a) customer (DOD agency, other government agency), (b) contract number, (c) contracting officer name & telephone number, (d) contracting officer's representative (COR) name & telephone number, (e) contract value, (f) period of performance, (g) description of product/services; 13) future trends (i.e., if the focus of your firm is changing, how do you want to be perceived in the future; 14) if you have submitted a proposal on a Naval Air Warfare Center Weapons Division solicitation in the past three years (including both successful and unsuccessful efforts) identify by solicitation number, brief description, contract number/date of award if APPLICABLE. The Contracting Officer reserves the right to set-aside the requirement for small business participation if determined to be in the best interest of the Government. Commander, Naval Air Warfare Center Weapons Division, Code 220000D, 1Administration Cr., China Lake, CA 93555-6100 * (0146)

Loren Data Corp. http://www.ld.com (SYN# 0056 19980528\M-0005.SOL)


M - Operation of Government-Owned Facilities Index Page