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