Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 5,2000 PSA#2594

ESC/DIGK, Global Grid (Product Area Directorate), 5 Eglin Street, Hanscom AFB, MA 01731-2100

58 -- SOURCES SOUGHT SYNOPSIS -- LASER RANGE FINDER POC Point of Contact: Captain James O'Quinn, Contracts Manager, (781) 377-6949; Contracting Officer: Mr. Dale M. Pease, (781) 377-6395 WEB: ESC Business Opportunities Web Page, http://www.herbb.hanscom.af.mil. E-MAIL: Click Here to E-mail the POC, james.oquinn@hanscom.af.mil. The Tactical Air Control Party (TACP) Modernization Program Office of the Electronic Systems Center (ESC/DIGR) is seeking sources for the acquisition of a Laser Range Finder (LRF). The LRF shall meet the threshold requirements as outlined in Operational Requirements Document (ORD), AC2ISRC (CAF) 307-97-I/II/III, for Tactical Air Control Party Modernization, dated 9 Dec 99. ESC intends to purchase approximately 175 LRFs in fiscal years (FYs) 2000 through 2002; estimated quantities by fiscal year are FY00- 50, FY01- 70, FY02- 55. Award of contract in FY00 is contingent upon approval of use of FY00 funding. Interested firms should submit a statement of qualifications that demonstrates they can provide the required LRF within the schedule specified below. A LRF that is currently used by commercial/civilian customers, such as construction firms, civilian law enforcement agencies or commercial fishermen, is preferred. It is also preferred that offerors have an existing Government contract that can be used tosatisfy the LRF requirements of the TACP Modernization program. Specific threshold technical requirements for the LRF are listed in the 9 Dec 99 ORD which is posted on the Hanscom Electronic RFP Bulletin Board (HERBB), http://herbb.hanscom.af.mil, [click on "Biz Opportunities", then click on "Tactical Air Control Party (TACP) Modernization"]. Other information relating to this planned acquisition is also posted on HERBB. Interested parties are encouraged to review the documents posted on HERBB and to provide us with information, comments, and suggestions regarding any aspect of this planned acquisition. The Government will not pay for any information received in response to this synopsis, nor will the Government compensate a respondent for any cost incurred in developing the information provided to ESC. Without written permission from you, ESC will not release to any firm, agency, or individual outside the Government, any information marked with a Proprietary legend. Offerors should (A) Have a product that meets all the threshold requirements of the 9 Dec 99 ORD; (B) Have the ability to deliver the LRF in the quantities for each of the fiscal years stated above and deliver the complete FY00 quantity no later than one year after basic contract award and deliver the FY01 and FY02 quantities no later than one year after exercise of the respective contract option; (C) Have demonstrated successful past experience in performing on a contract of similar size and scope as the planned LRF contract. Offerors must provide the following in their response to this synopsis: (1) Documentation that shows how your existing product meets all threshold and as many of the objective requirements listed in the 9 Dec 99 ORD as possible; (2) Brochures and/or other marketing material provided to Government/commercial customers for the same LRF that you're offering in response to this synopsis; (3) Reliability data [e.g. Mean Time Between Failure, Mean Time To Repair, etc]; (4) If your product has been officially tested by a Government organization, participated in an operational exercise, and/or participated in a Government sponsored experiment, provide a copy of (or identify) any formal documentation that describes how your product was used and how it performed; (5) Documentation that summarizes your firm's performance on similar contracts, and a customer point of contact/phone number for each contract; (6) A statement from your company regarding whether your product is a Commercial Item as defined by the Federal Acquisition Regulation, Part 2, together with the rationale supporting this position; (7) Information on basic and extended warranty coverage currently available for your LRF; (8) Recommended logistics and maintenance approaches for your product during acquisition and sustainment; (9) Information on any additional functionality not in the ORD that your product provides that you believe would be beneficial to the TACP mission and; (10) The size and socioeconomic status of your business (e.g. small, large, small disadvantaged). The response packages should be delivered in two paper copies, limited to 30 pages, including brochures; software copies may be delivered along with the paper copies. The response packages are due to Mr. Dale M. Pease (U.S. Postal Mailing Address: ESC/DIGK, 5 Eglin Street, Hanscom AFB, MA 01731-2100; Note -- for commercial delivery such as FedEx, address packages to 3 Eglin Street) within 15 business days of posting of this notice in the CBD. Packages received after 15 business days of the date this notice appears in the CBD may not be reviewed. The Government is currently refining the acquisition strategy for the TACP Modernization program. This notice does not constitute a Request for Proposal, it does not restrict the Government as to the ultimate acquisition approach, nor should it be construed as a commitment by the Government. An Acquisition Ombudsman, Colonel Steven H. Sheldon, Director, Commander's Staff, has been appointed to hear concerns from offerors or potential offerors during proposal development. You should only contact the Ombudsman with issues or problems you cannot satisfactorily resolve with the deputy program manager and/or contracts manager. The Ombudsman's role is to hear concerns, issues, and recommendations and communicate these to the appropriate Government personnel. The Ombudsman will maintain strict confidentiality if desired. The Ombudsman does not evaluate proposals or participate in source selection. You can contact the Acquisition Ombudsman at (781) 377-5106. Applicable Commerce Business Daily Note 22 applies. Please direct any questions on this announcement to Captain James O'Quinn, contracts manager, (781) 377-6949, e-mail: james.oquinn@hanscom.af.mil or Ms Mary Stairs, Deputy Program Manager (781) 377-5537, e-mail: mary.stairs@hanscom.af.mil. Posted 05/03/00 (A-SN450872). (0124)

Loren Data Corp. http://www.ld.com (SYN# 0260 20000505\58-0007.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page