Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 5,1998 PSA#2194

ASC/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