Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 27,1999 PSA#2355

2640 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