|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 5,1998 PSA#2194ASC/YWK, Bldg 11, 2240 B St., Ste 7, Wright-Patterson AFB, OH
45433-7111 69 -- AIRBORNE WARNING AND CONTROL SYSTEM (AWACS) MISSION TRAINING
CENTER (MTC) PROGRAM SOL F33657-98-R-0021 DUE 110698 POC Paul A.
Weikert, Contracting Officer, (937) 255-7388, ext 272, fax (937)
656-7538 This is Part 1 of 2 of Request for Proposal (RFP)
F33657-98-R-0021 for Airborne Warning and Control System (AWACS)
Mission Training Center (MTC) Program (herein referred to as AWACS
MTC). This is a combined synopsis/solicitation for commercial services
prepared in accordance with the format in Subpart 12.6, as
supplemented with additional information included in this notice. There
are 2 parts to this RFP. This is Part 1 which contains the program's
technical/management requirements and the instructions, conditions, and
notices to offerors (ICNO). Part 2 is in a succeeding CBD announcement
and contains the basis for award and the evaluation
criteria/standards. Both announcements constitute the only
solicitation; proposals are being requested and a written solicitation
will not be issued. This procurement will utilize an electronic
bulletin board for solicitation reference documents and the bidders
library in an effort to streamline the communication process between
the Government and industry and is accessible through the World Wide
Web at the following Internet address:
"http://www.pixs.wpafb.af.mil/pixs/pixslibr/ AWACSMTC/AWACSMTC.asp".
For questions concerning operation of the PIXS system contact the
system administrator, Mr. Johnny Harshbarger, at (937) 255-2739. All
addenda referenced herein that are located on the bulletin board will
be noted as "(on PIXS as "document name" dated xx)." The requirement of
the AWACS MTC is to procure simulation services on an availability
basis. To safely and affordably train the way we fight, the Combat Air
Forces (CAF) require unit-level AWACS student and mission crew
training capability suitable to accomplish continuous procedural
ground-based training for selected mission elements. Initial service
will be ordered at Tinker AFB . Through the contract resulting from
this solicitation, the same or similar services may be ordered at all
AWACS operating and training locations. (on PIXS as "scrd.doc" dated 15
Sep 98) Once deployed, the service will enable networked mission
training with multiple participants at geographically separated
locations and provide the capability to train full mission profiles.
Instructors and courseware will be provided by the Air Force. The
government does not intend to acquire the hardware or software but
merely buy simulation services that provide the required training
capability on a cost per availability hour basis. The offeror will be
responsible for integrating, installing and operating the simulation
system; system maintenance; product baseline management; training
system modification and upgrade; instructing Air Force and contracted
training instructors in the operational use of the equipment; and
concurrency of the training devices with the operational AWACS E-3
aircraft. The Simulation Capability Requirements Document (SCRD) (on
PIXS as "scrd.doc" dated 15 Sep 98) defines the program requirements.
Documents referenced in the SCRD are located on PIXS or available in
the Bidders Library (See PIXS for Bidder's Library instructions). This
acquisition may involve data that are subject to export control laws
and regulations. A foreign disclosure review of the technical data has
not yet been accomplished. If the review determines that data are
subject to export controls, only contractors who are registered and
certified with the Defense Logistics Services Center (DLSC) shall be
allowed access to the bidders library. Contact the Defense Logistics
Services Center, 74 Washington Avenue N., Battle Creek, Michigan
40917-3084 (1-800-353-3572) for further information on the
certification process. You must submit a copy of your approved DD Form
2345, Military Critical Technical Data Agreement, with your request
for access to the bidders library. The selected contractor will be
required to hold a Secret facility clearance in order to perform this
program. Security requirements are provided on the DD Form 254,
CONTRACT SECURITY CLASSIFICATION SPECIFICATION (on PIXS as "DD254.ppt"
dated 1 Aug 98). The Government intends to award a single Requirements
type contract in the Dec 98 timeframe in order to satisfy the above
requirements. Full operational service as discussed below, shall be
available NLT 1QFY01 at the Tinker AFB site. The government facility
will be prepared by Feb 99 at which time installation for service
capability could begin. The initial ordering period for the contract
will be seven years, beginning at contract award. Additional ordering
periods (up to eight additional years) may be earned in accordance with
the Award Term Clause that shall be included in each offeror's
contract. Funds currently available by fiscal year (FY) for contact
award are as follows: ($ million) FY99 1.50 FY00 3.90 FY01 3.00 FY02
3.00 FY03 3.10 FY04 3.30 FY05 3.40 The provision at FAR 52.212-1,
Instructions to Offerors -- Commercial Items, applies to this RFP and
is amended as specified in this solicitation. This solicitation
incorporates provisions and clauses in effect through FAC 97-6. The
applicable small business size standard is $18,500,000 IAW FAR 19.102.
The SIC code is 8299. Offerors should propose a business solution
which satisfies mission performance requirements and provides for an
executable program. Proposals submitted in response to this
solicitation must meet all the requirements specified in this
solicitation, to include any requirements documents referenced herein;
failure to do so may result in rejection of the proposal. There is no
small business set-aside for this requirement. The response to this
solicitation shall consist of a written proposal and an oral
presentation as discussed in the following paragraphs. Address all
requests for solicitation and communication concerning the acquisition
to ASC/YWI, Bldg. 11, 2240 B Street, Room 211, Wright-Patterson AFB OH
45433-7111, ATTN: Mr. Paul A. Weikert, Contracting Officer,
(937)255-7388 ext.272, fax (937) 656-7538. The offerors shall submit an
Intent to Bid Notice in writing. All offerors shall submit an Intent to
Bid Notice that must be received at the above address NLT 12:00 Noon
EDT on 16 Oct 1998. The notice will be used for a random drawing
lottery to establish dates for the oral presentation. If the offeror
desires to hold the oral presentation other than at Wright-Patterson
AFB, the notice shall also include written procedures for government
personnel to submit visit requests as well as detailed directions to
the site where the oral presentation will be held. The offeror's
proposal will consist of four volumes. Volume I Past and Present
Performance shall be submitted by 12:00 Noon EDT on 30 Oct 98. Volume
II Technical/Management and Volume III Model Contract shall be
submitted by 12:00 Noon EST on 6 Nov 98. Volume IV Price/Final Contract
shall be submitted by 12:00 Noon EST on 18 Dec 98. Submit all volumes
to: ASC/SYG, Attn: AWACS MTC Source Selection (Paul Weikert), Building.
125, 2335 Seventh St. Room 1446, Suite 2, WPAFB OH 45433-7111. Direct
all communications concerning this acquisition to ASC/YWI, Paul A.
Weikert, Contracting Officer, (937)255-7388 ext.272, fax (937)
656-7538. In addition, provideone paper copy of the proposal to both
the Cognizant DCMC Office and the Cognizant DCAA Office. Be sure to
advise the ACO and DCAA for the prime and subcontractors that the
proposal is "For Official Use Only" and "Source Selection Information
(See FAR 3.104)". Only Volume IV Price/Final Contract shall contain
pricing data. The delayed submission of Volume IV Price/Final Contract
is to allow the offerors and government to have full understanding on
all aspects of the solicitation and proposal, except price, prior to
submission of Volume IV. Detailed instructions for preparing each
proposal volume are on PIXS as "prepinst.doc" dated 15 Sep 98. All
interchanges between the offeror and the Government, unless otherwise
specifically noted by the contracting officer, will be for
clarification purposes only and will not constitute discussions within
the meaning of FAR 15.306. The Government intends to award without
discussions but reserves the right to make a partial award or to award
no contract if there are no acceptable proposals. If discussions are
required, the PCO shall notify the offerors in writing. Oral
Presentation -- The Offeror shall give an oral presentation that
explains the contractor's approach for providing the required
simulation services. The oral presentation shall be conducted in
accordance with AFFARS Appendix BB-302 and the rules of engagement
described herein. As part of the oral presentation, the offeror may
provide a demonstration of capabilities and/or technologies that will
be used to meet program requirements. Detailed instructions for the
oral presentation are on PIXS as "oral-roe.doc" dated 15 Sep 98. 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
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 contact ASC's Ombudsman, Mr. Stephen J.
Plaisted, 1790 10th Street, Room 208, Wright-Patterson AFB OH
45433-7642; E-mail: plaistsj@sy.wpafb.af.mil; Phone: (937) 255-9095.
The Ombudsman should only be contacted with issues or problems that
have been previously brought to the attention of the contracting
officer and could not be satisfactorily resolved at that level. Posted
10/01/98 (W-SN257193). (0274) Loren Data Corp. http://www.ld.com (SYN# 0230 19981005\69-0003.SOL)
69 - Training Aids and Devices Index Page
|
|