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