|
COMMERCE BUSINESS DAILY ISSUE OF MAY 27,1999 PSA#23552640 Loop Road West, Building 557 Wright-patterson AFB OH 45433, 45433 N -- SUBSURFACE ENGINEERING AND LOGISTIC SUPPORT SOL SEALS DUE 060399
POC Captain Clay McAnally,(937) 255-4031 WEB: SEALS-Subsurface
Engineering and Logistic Support,
http://www.pixs.wpafb.af.mil/pixslibr/SEALS/SEALS.asp. E-MAIL:
mcanalcw@rasg.wpafb.af.mil, mcanalcw@rasg.wpafb.af.mil. CBD Sources
Sought Synopsis for Subsurface Engineering and Logistics Support
(SEALS) program. 1. R!! 2. 0513!! 3. 99!! 4. GPO391030!! 5.
45433-7106!! 6. N!! 7. ASC/RAKP AREA B BLDG 557, 2640 LOOP ROAD,
WRIGHT- PATTERSON AFB OH 45433-7106!! 8. N -- SUBSURFACE ENGINEERING
AND LOGISTICS SUPPORT (SEALS) -- POTENTIAL SOURCES SOUGHT!! 9. N/A!!
10. N/A!! 11. POC Capt CLAYTON W. McANALLY/Contract
Negotiator/937-255-4031/MAJOR SCOTT A. KISER/Contracting
Officer/937-255-2995!! 12. N/A!! 13. N/A!! 14. N/A!! 15. N/A!! 16.
N/A!! 17. The United States Air Force Aeronautical Systems Center
Reconnaissance Systems Program Office Contracting (ASC/RAKPM),
Wright-Patterson AFB OH, is contemplating contracting for sustainment,
upgrade, and new array installations for the Air Force Technical
Applications Center?s (AFTAC) subsurface nuclear treaty monitoring
system. This effort is designated as the Subsurface Engineering and
Logistics Support (SEALS) program. AFTAC?s worldwide subsurface system
includes seismic, hydroacoustic, and infrasonic sensors; digitizers;
intrasite communications; field computer systems for operation,
maintenance, and analysis; a headquarters system at Patrick AFB FL
(PAFB) for unclassified and classified data processing, analysis,
reporting, and archiving; and backup headquarters and training systems
located at Goodfellow AFB TX. Scope of the overall SEALS effort can be
broken into four main areas: 1) the sustainment of current and future
Subsurface systems (including Depot level maintenance, supply support,
systems engineering, configuration management, computer hardware and
software maintenance, and equipment modifications); 2) the production
and deployment of seismic field system upgrades; 3) the installation of
new seismic arrays; and 4) production and deployment of infrasonic
arrays. Though within scope, both the infrasonic effort and
installation of new seismic arrays will not be part of the basic SEALS
contract. These will be added once the necessary international
agreements are in place and funding and requirements stabilize for
these efforts. At this time, ASC/RAKPM is seeking sources with
excellent capabilities and past performance with respect to both
upgrade and sustainment of similar systems. Contractor teaming is
encouraged. Small Business participation will be required. A
solicitation has not yet been written, but one is expected to be issued
in Oct 99. A cost plus award fee or cost plus award term basic contract
is contemplated, although firm fixed price, time and material, or other
contract types may be associated with specific contract line item
numbers (CLINs). Technical and program management information on the
SEALS effort can be found on the ASC Pre-Award Information Exchange
System (PIXS), an electronic bulletin board. PIXS can be accessed
either by modem (937) 476-7217, or by Internet using Telnet or a
Worldwide Web Browser (http://www.pixs.wpafb.af.mil). The PIXS
administrator is Mr. Robert Perkins, (937) 255-2739. The PIXS and
bulletin board will normally be available 24 hours a day, seven days a
week. A presolicitation conference will be held at the Education
Center Auditorium at Patrick AFB on 3 June 99. Small businesses are
encouraged to attend. The agenda and additional contact information
will be available on the PIXS web site on or about 20 May 99. The files
will be in MS Word 97 format. This is not a request for proposals nor
does the Government intend to pay for any information or services
provided. The Standard Industrial Classification (SIC) is 8999 and the
Small Business Standard is $5M. Prospective offerors are required to
supply the name, address, e-mail address, fax and telephone number to
the buyer listed at the end of this synopsis in order to be placed on
the RFP?s Bidders? List. Please provide a list of attendees for the
presolicitation conference prior to 29 May 99. Attendance is limited to
five (5) attendees per offeror. Direct all requests for solicitations
and routine communication concerning this acquisition to Captain
Clayton W. McAnally, Buyer, ASC/RAKPM,2460 Loop Road West,
Wright-Patterson AFB, OH 45433-7106. The following e-mail address has
been established for all communications with the ASC/RA Program Office
concerning this requirement and the upcoming source selection:
mcanalcw@rasg.wpafb.af.mil. Technical questions or comments may be
forwarded to the Det 3 ASC Program Manager, Major Kimberly Demoret, at
kimberly.demoret@.pafb.af.mil. Offerors who do not have access to the
internet and wish to obtain copies of the files posted on PIXS may
contact Capt. McAnally or Maj. Demoret and bring in a formatted high
density, 3.5 inch disk to ASC/RAKPM, Building 557 West Loop Road,
Wright Patterson AFB, 45433-7106, or Det 3 ASC, 1030 South Highway A1A,
Patrick AFB, FL 32925-3002, between the hours of 8:00AM and 4:00PM
Mon-Fri, EST. 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 to
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 Plaisted,
ASC/SYI, Bldg. 52, 2475 K Street, Suite 1, Wright-Patterson AFB OH
45433-7672 at (937) 255-9095. Posted 05/25/99 (D-SN335547). (0145) Loren Data Corp. http://www.ld.com (SYN# 0060 19990527\N-0001.SOL)
N - Installation of Equipment Index Page
|
|