Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 8,1999 PSA#2471

Department of the Air Force, Air Force Materiel Command, AAC -- Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864

13 -- ALLL PURPOSE REMOTE TRANSPORT SYSTEM (ARTS) SOL Reference-Number-WMOK-2000-001 DUE 112099 POC Dennis Fields, Contract Specialist, Phone (850)882-4685 ext. 336, Fax (850)882-9381 ext. 374, Email fieldsd@eglin.af.mil -- Jeff Cox, Contracting Officer, Phone (850)882-4685 ext 316, Fax (850)882-9381/8852, Email coxjd@eglin.af.mil WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&;ProjID=Reference-Num ber-WMOK-2000-001&LocID=1182. E-MAIL: Dennis Fields, fieldsd@eglin.af.mil. FOR INFORMATION AND PLANNING PURPOSES ONLY. The Air Base Systems Program Office of the Armament Product Support Group, Air Armament Center, is seeking sources interested in producing and logistically supporting an All-Purpose Remote Transport System (ARTS). The ARTS is a remotely-controlled, all-terrain transport system capable of carrying and employing various Explosive Ordnance Disposal (EOD) attachments and tools. The system will be built using a Government-furnished technical data package (TDP) consisting of a product performance specification and product drawings and associated lists. This TDP will be used to modify a Government-provided transport vehicle, the All-Seasons Vehicle, Incorporated Positrack Model MD-70, into the ARTS. Information concerning this procurement, including a statement of objectives, performance specification, photograph of an ARTS vehicle, and preliminary drawings are available for review on the AAC Contracting Electronic Bulletin Board under Air Force Material Command atwww.eps.gov . This information will be updated periodically and expanded as additional information becomes available. If funding is available, the Government intends to issue a request for proposal in December and procure up to 24 ARTS units over the next two (2) years. The firm selected for this procurement will be expected to produce the first two units for operational acceptance testing within six months of contract award with full production option exercise occurring prior to the end of FY 2000. In addition, logistical support required will consist of developing a system operational and maintenance technical manual, incorporating approved commercial manuals as necessary, and providing interim contractor support for the entire system, including the Government-furnished equipment, for a specified period of time, possibly evolving into a permanent arrangement for logistical support throughout the life cycle of the system (approximately ten (10) years). Firms interested in this procurement are invited provide literature relevant to their capabilities to perform to AAC/WMOK, Attn: Mr. Dennis Fields, Contracting Specialist, within 15 days of the date of publication. Responses will be evaluated and a solicitation list established of those firms determined capable of fulfilling the Government_s requirements. This sources sought announcement is for planning purposes only and shall not be construed as a request for proposal or as an obligation on the part of the Government to acquire any follow-on acquisitions. The Government does not intend to award a contract on the basis of this announcement or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of submission of responses to this announcement and Government use of such information. Authority to enter into negotiations to award a contract for the contemplated effort has not yet been received. Such a determination is expected shortly and an Industry Day is currently planned for 30 November 1999 to allow potential offerors an opportunity to present their views regarding this contemplated action. For further technical information concerning technical aspects, contact Mr. Cleo Gooden, ARTS Program Engineer, or Captain Steve Barker, ARTS Program Manager, AAC/WMO, 314 W. Choctawhatchee Ave, Suite 104, Eglin AFB, FL 32542-5717, or by telephone at (850) 882-4686, extensions 330 and 344, respectively. E-mail addresses are: gooden@eglin.af.mil or barkers@eglin.af.mil . For contracting information, please contact Mr. Dennis Fields, AAC/WMOK, 314 W. Choctawhatchee Ave, Suite 104, Eglin AFB, FL 32542-5717 or by telephone at (850) 882-4686, ext. 336. E-mail address is fieldsd@eglin.af.mil . This contemplated action will be a small business set-aside based on previous contact with industry for those entities possessing SIC Code 3531 and with 750 or fewer employees. Firms responding to this synopsis should state that they are a small business concern or small disadvantaged business concern as defined by FAR 52.219-1 and FAR 52.219-2, respectively. 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. Matters of a routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman but rather to the Contracting Officer, Contract Specialist, or the Program Manager identified above. For any other concerns, interested parties may call the AAC Ombudsman, Dr. Mario J. Caluda at (850) 882-5558. Posted 11/04/99 (D-SN398255). (0308)

Loren Data Corp. http://www.ld.com (SYN# 0150 19991108\13-0001.SOL)


13 - Ammunition and Explosives Index Page