Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 24,2000 PSA#2564

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

69 -- P4 REFURBISHMENT CONTRACT (P4RC) SOL F08635-00-R-0056 DUE 040300 POC Dana Sillars, Contract Specialist, Phone (850)882-9391 ext 5048, Fax (850)882-3226, Email sillars@eglin.af.mil -- KAREN ROSS, Contracting Officer, Phone 850-882-9391x5200, Fax 850-882-3226, Email rossk@eglin.af.mil WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&ProjID=F08635-00-R-0 056&LocID=1182. E-MAIL: Dana Sillars, sillars@eglin.af.mil. The Range Instrumentation System Program Office (RISPO), AAC/WRR, located at Eglin AFB, FL is contemplating a single award of a predominately Firm Fixed Price three to five year Requirements contract for the refurbishment of P4 series Pods and the upgrade of existing legacy debriefing/display systems and inclusion of Personal Computer Displays to support various Government training sites. Award of any resulting contract is anticipated by 26 June 2000. To provide interested sources an understanding of the general description of the scope or purpose of the P4 Refurbishment Contract (P4RC) acquisition, the RISPO will conduct a Briefing for Industry at Eglin AFB, FL on 03 April 2000 at 0900 in Building 11, Room 203. Additional information regarding the Briefing for Industry is provided below within this announcement. This acquisition is for the upgrade of P4A and P4B variant ACMI pods to have capability defined by inclusion of GPS based time-space position information (operational in a high G environment);an Air Data Sensor; and a Data Recorder with removable solid state recording media for post mission data merge and debriefing; using an internal modular architectural configuration that allows for further capability improvements including that of an encrypted air-to-air data link and real time kill notification (RTKNThis upgrade shall have capability to support missions consisting of a minimum of 36 high activity aircraft and to integrate and host mission debriefings. P4AX/AM and P4B/BX pods shall be refurbished in a phased approach. Phase I includes adding GPS and an on-board data recorder. Phase II includes adding an air-to-air data link and encryption. In addition to the two phases, there will be an option to convert P4Bs to P4GRs. Logistical and maintenance support shall be provided for both field and depot at each deployed location for at least 1 year. After the first year, the field support will transition to local contractor O&M support, and depot support will transition to USAF depot support. Sites that already have a local O&M contractor will be trained by the P4RC contractor prior to system deployment. Offerors will be required to produce/deliver all logistics support elements, and improve overall pod life cycle ownership costs. Initial delivery of phase I modified P4AX/AM pods are anticipated no later than December 2000. Potential offerors are required to provide, no later than 03 April 2000, a written statement of capabilities (SOC) package to the RISPO. The SOC shall include, but not be limited to, successful experience or capability as a prime contractor in: (1) production or major modification of an existing Air Combat Test and Training System (ACTTS) to include pods, ground debriefing subsystems and support equipment (hardware and software), (2) field and depot level maintenance and logistics experience on a complete ACTTS or similar type of system, (3) facilities and personnel to handle and store classified information at the SECRET/NOFORN level, and (4) establishment of Air Force organic depot capability. All replies to this synopsis must reference RFP Number F08635-00-R-0056. Submit only unclassified information. Potential offerors are advised that a U.S. SECRET/NOFORN facility clearance will be required prior to award of any resulting contract. In addition to the requested information, all responses to this synopsis shall include company size status under the Standard Industrial Classification (SIC) code. For this proposed acquisition, SIC 3663, size standard 750 employees apply. Responses to this synopsis shall be submitted to: Ms. Dana Sillars (AAC/WRRK), Contract Specialist, 102 West D Avenue Suite 300, Eglin AFB, FL 32542-6808. An Air Combat Test and Training System (ACTTS) technical library and other relevant technical information is available at SEMCOR, 368 Adams Avenue, Valparaiso, FL 32580. Data information which may be available for review or which may be produced under a resulting contract may contain Military Critical Technology List (MCTL) information whose export is restricted by the Export Control laws and regulations. Only those firms who are on the Certified Contractor Access List may receive such information. Request certification and registration be obtained from the Defense Logistics Service Center (DLSC), Federal Center, 74 North Washington, Battle Creek, MI 49016-3412 (telephone number is 1-800-352-3572). Certification is accomplished using DD Form 2345, Military Critical Technical Data Agreement. A Statement of Terms and Conditions for Release of Air Force Owned or Developed Computer Software Packages is available at the ACTTS technical library and must be completed by each offeror prior to removing data from the library. A 24 hour limitation for loan of any software or documentation for potential use in preparing for this acquisition has been established. You may contact Bob North, SEMCOR Incorporated, 368 Adams Avenue, Valparaiso, FL 32580, (850) 678-7887, for information concerning the technical library and software release and Paul Carmean, SEMCOR Incorporated, regarding STINFO certification_(850) 678-7887. The Briefing for Industry being held on 03 April 2000 will begin with a RISPO briefing to the group followed by one-on-one meetings with potential offerors. The one-on-one meetings, which will be no more than 2 hours in length, may be scheduled for either 03 April or 04 April 2000. Potential offerors shall contact Ms. Dana Sillars at (850)882-9391 extension 5048 to schedule the one-on-one meetings. Information pertaining to the P4RC acquisition, including preparation for Industry Day, will be posted at www.eps.gov (Refer to RFP Number F08635-00-R-0056). Foreign firms are advised they will not be allowed to participate in this acquisition at the prime contractor level. This announcement is for information and planning purposes only. It does not constitute an RFP and is not to be construed as a commitment by the Government. An Ombudsman has been appointed to hear concerns from potential offerors and offerors throughout this acquisition. The purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors and offerors when an offeror prefers not to use established channels. Potential offerors and offerors should communicate first with the Procuring Contracting Officer (Ms. Karen L. Ross, AAC/WRRK, at (850)882-9391 extension 5252) to request information, pose questions, and voice concerns before contacting the Ombudsman. In those instances where potential offerors and offerors cannot obtain resolution from the PCO, they are invited to contact the Air Armament Center Ombudsman, Dr. Mario J. Caluda (AAC/CD) at 101 West D Avenue, Suite 123, Eglin AFB, FL 32425-5495 or at (850) 882-5558 (email: caluda@eglin.af.mil). Posted 03/22/00 (D-SN437162). (0082)

Loren Data Corp. http://www.ld.com (SYN# 0275 20000324\69-0001.SOL)


69 - Training Aids and Devices Index Page