Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 2,1999 PSA#2274

SPAWARSYSCEN-Charleston, PO Box 190022, N. Charleston, SC 29419-9022

U -- EDUCATIONAL AND TRAINING SERVICES SOL N65236-99-R-0523 DUE 021199 POC Frank D. Kmetz, Code 1116FK, (843)974-5960, Contracting Officer, Joliene L. Bowers E-MAIL: SPAWARSYSCEN Charleston, kmetzf@spawar.navy.mil. SPAWARSYSCEN-Charleston is conducting a market survey to determine the existence and interest of potential sources for Education and Training Services in support of the Technical Support Center/Mobile-Miniature Operations Control Center (TCS/MOCC) and All-Sensor Advanced Analysis Training (AAAT) Support for use by the Space and Naval Warfare Systems Center-Charleston (SPAWARSYSCEN-Charleston), PO Box 190022, N. Charleston, SC 29419-9022. This support includes, but is not limited to, the Tactical Mobile Systems (TMS) and Naval Command and Control Systems (NCCS), using the Joint Maritime Command Information System (JMCIS), Global Command and Control Systems-Maritime (GCCS-M), and associated interface systems as a baseline. The AAAT and All-Sensor (ALSENS) related technical services to be provided by the contractor are in support of the TSC/MOCC readiness training program. ALSENS includes passive acoustics, active acoustics, Electronic Warfare (EW), Inverse Synthetic Aperture Radar (ISAR), Synthetic Aperture Radar (SAR), Electro-Optics (EO), Magnetics, tactical Oceanography and tactical meteorology. These services will be provided to Government personnel at Commander, Patrol Wings Atlantic (CPWL), Commander, Patrol Wings Pacific Fleet (CPWP), Barbers Point, Hawaii and other worldwide TSC/MOCC commands and includes specialized ALSENS training and technical services to be provided in support of TSC/MOCC-related programs and systems. The objective of the TSC/MOCC readiness training program is to provide readiness comprehensive ALSENS analysis training for C4I personnel and on-site ALSENS operators and analysts ensuring a high level of proficiency in sensor analysis skills critical to fleet readiness. AAAT related Optional Support Tasks: The contractor shall provide specialized ALSENS training and technical support to CPWL/CPWP, COMNAVAIRLANT/COMNAVAIRPAC, SPAWARSYSCEN-Charleston, and other Maritime Patrol Aircraft sensor-related commands and support facilities. Other optional support efforts that may be includedare: to provide comprehensive on-site CV/TSC AAAT sessions aboard Atlantic/Pacific based aircraft carriers. This is a follow-on requirement to contract N00102-95-C-0101 (incumbent contractor is Summit Research Corporation, 16 South Summit Avenue, Gaithersburg, MD 20877). Successful performance will require knowledge, understanding and experience with systems training and sensor data library support for fleet users for the TSC/MOCC program. A Cost Plus Fixed Fee, Indefinite Delivery/Indefinite Quantity type contract is anticipated. Contract period will be for one base year and four 1-year option periods. The Government estimates the total number of labor hours to be 133,380 hours over a 60-month period. Primary places of performance may be Patuxent River, MD, Norfolk, VA, San Diego and North Island, CA. However, performance may be required in any area where military is present. INFORMATION SOUGHT: General-Firms having the required specialized experience with the above systems and capabilities necessary to meet or exceed the stated requirements are invited to submit appropriate documentation, literature, brochures, and references to support that they possess the required specialized experience with the above C4I systems. Specific-Responses must include the following: (1) Name and address of the firm; (2) size of business-to include average annual revenue for the past three years and number of employees; (3) ownership: Large, Small, Small Disadvantaged, 8(a), and/or Woman-Owned; (4) number of years in business; (5) two points of contact: name, title, phone, fax and e-mail; (6) DUNS number; (7) affiliate information: parent corporation, joint venture, potential teaming partners, prime contractor (if potential sub) or subcontractor (if potential prime); (8) a list of at least 5 customers (contracts) covering the last 3 to 5 years and highlight the relevant work including a summary of work performed, the contract number, contract type, dollar value for each customer reference, and a customer point of contact with phone number. WHERE TO SUBMIT INFORMATION: Responses shall be submitted as one complete set to: SPAWARSYSCEN-Charleston, Code 1116FK, PO Box 190022, N. Charleston, SC 29419-9022, or by electronic mail to kmetzf@spawar.navy.mil. Note: If submitting by electronic mail, include company name in Subject line. WHEN TO SUBMIT: No later than 2:00 PM Eastern Standard Time, 11 February 1999, NOTICE REGARDING SOLICITATION: This synopsis is for information and planning purposes only and is not to be misconstrued as a commitment by the Government. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. NOTICE REGARDING PROPRIETARY INFORMATION: All submitted materials will be designated for Government use only. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resulting solicitation for the requirement. The Government reserves the right to consider a Small Business Set-Aside or 8(a) Set-Aside based on responses hereto. The applicable SIC code is 8299 with a size standard of $5 million in annual receipts. OTHER: NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT AND ANY FOLLOW-UP INFORMATION REQUESTS. Posted 01/29/99 (W-SN292776). (0029)

Loren Data Corp. http://www.ld.com (SYN# 0067 19990202\U-0003.SOL)


U - Education and Training Services Index Page