|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 22,1998 PSA#2206ASC/CDSK, Bldg 11A, 1970 Monahan Way, Rm 136, Wright-Patterson AFB, OH
45433-7208 J -- PRECISION MEASUREMENT EQUIPMENT LABORATORIES SOL F33657-99-R-0012
POC LaVonne Whitelow, (937) 255-7003, ext 4655/Contracting Officer,
Diane Baker, ext 4645 This supersedes the Sources Sought Synopsis that
was published electronically on 19 Oct 98 and printed in hard copy on
21 Oct 98. Minor grammatical changes are included. The major changes
are that the office address for capability package submittals has
changed to ASC/CDSK, Bldg 16, Rm 129, 2275 D Street, Wright-Patterson
AFB, OH 45433-7233. In addition, the capability package due date has
changed from 12 Nov 98 to 30 Nov 98. The Government is planning an A-76
cost comparison to provide operations and maintenance of Air Force
Precision Measurement Equipment Laboratories (PMELs) worldwide. These
PMELs provide repair and calibration services for approximately 731,000
items of test equipment which includes Air Force and other agency
customer workload. PMEL maintenance priorities for Test and Measurement
Diagnostic Equipment (TMDE) in support of military operations are
categorized as routine, mission essential, and emergency. Normal
turnaround time for routine work is 5 workdays on a first in first out
basis. Workload designated mission essential by customer request is
placed in work ahead of routine work on a continuous basis during
normal work hours until completed. Those items designated for emergency
maintenance by the unit commander take precedence over all other
workload and require immediate attention and around the clock service
until returned to the customer. PMEL operations may be required outside
normal duty hours and 24 hours a day during natural disasters or
crises. The anticipated period of performance to complete the effort
will be one year with four one year options. A.) The tentative strategy
is to cost compare the PMEL workload under a regionalized concept.
Currently, this workload is accomplished at government-owned
laboratories with government-furnished calibration equipment, operating
under the AFMETCAL Program for calibration procedures, technical
oversight, and laboratory accreditation. See information regarding
regions and workload summary on the PMEL Business Opportunity web site.
The URL for this web site is listed at the end of this synopsis. B.)
Basic Assumptions 1.) Use of Government facilities; 2.) Use of
Government furnished equipment (GFE); 3.) Adherence to Government
approved calibration procedures; 4.) Certification of measurement
traceability will be maintained through the AFMETCAL certification
program; 5.) Use of the Government's management information system. C.)
We are seeking information to help us determine the involvement of
small business. The Standard Industrial Classification (SIC) Code for
this effort will be 8734. If you are capable of performing 51% of the
effort described in a region, please describe that capability. If you
cannot perform 51%, we are still interested in your statement of
capabilities. Based on the responses received from the Sources Sought
Synopsis, and direct discussions with industry at our Industry Day, the
Air Force will ensure small, small disadvantaged, and woman-owned
businesses are afforded opportunities to participate in the PMEL Cost
Comparison initiative. The capability package must be clear, concise,
and complete and submitted to the buying office and contracting officer
noted above no later than 30 Nov 98. Please limit the capability
package to 15 pages. Your statement of capabilities should include, as
a minimum, the following items: 1.) Contract References relating to
calibration and repair to include: Contract number, agency supported,
whether or not you were a prime or a subcontractor, period of
performance, original contract value, final or current contract value,
technical monitor and phone/fax number, PCO with phone/fax number, and
a brief description of how the contract effort relates to this
solicitation. 2.) Company Profile: Number of employees, annual sales
history, locations, security clearances, and DUNS number, etc. 3.)
Ability to manage projects and description of management structure
including ability to recruit and retain qualified PMEL technicians.
Include a brief description of your quality control procedures. 4.)
Describe your ability to meet surge requirements, meet requirements at
contingency locations and meet possible deployment requirements. 5.)
Describe your capability to perform contract support in foreign
countries. . D.) POINT OF CONTACT: ASC/CDSK (Ms. LaVonne Whitelow,
Contract Negotiator) Wright-Patterson AFB OH 45433-6503 Phone:
(937)255-7003 Ext 4655 Fax: (937)255-3225 Email
LaVonne.Whitelow@asccd.wpafb.af.mil E.) An Ombudsman has been appointed
to address concerns from offerors or potential offerors during the
proposal development phase of this acquisition. The Ombudsman does not
diminish the authority of the program director or contracting officer,
but communicates contractor concerns, issues, disagreements, and
recommendations to the appropriate Government personnel. When
requested, the Ombudsman shall 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 Mr. Stephen Plaisted at (937)255-9095. F.)
Documents describing the PMEL workload and the tentative regional
strategy can be found at the PMEL web site at
http://www.pixs.wpafb.af.mil/pixslibr/PMEL/PMEL.asp. Posted 10/20/98
(W-SN263577). (0293) Loren Data Corp. http://www.ld.com (SYN# 0037 19981022\J-0002.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|