Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 6,2000 PSA#2615

Department of the Navy, NAWCAD Contracts Competency Division, Villa Road, Bldg. 8110, St. Inigoes, Maryland 20684-0010

R -- AIR TRAFFIC CONTROL AND LANDING SYSTEMS TECHNICAL AND ENGINEERING SUPPORT SOL N00421-00-R-0532 DUE 071400 POC Contract Specialist: Theresa Newbold (301) 862-8892/ Email Address: newboldti@navair.navy.mil; Contracting Officer: Mark Diehl (301) 862-8690 WEB: NAVAIR Home Page, http://www.navair.navy.mil. E-MAIL: Contract Specialsit, newboldti@navair.com. The Naval Air Warfare Center, Aircraft Division, St. Inigoes, MD intends to procure Air Traffic Control and Landing System (ATC&LS) Technical and Engineering Support Services for the Air Traffic Control Systems Branch at the Naval Air Warfare Center, Aircraft Division located at St. Inigoes, MD. Specifically, contractor support is required to provide ATC&LS system certification, technical assistance, systems analysis and engineering; test and evaluation; software development, installation and maintenance; test data acquisition, reduction and analysis; logistics support; configuration management; training support; equipment manufacturing, refurbishment and overhaul and repair; quality control; and program and project management. ATC&LSs to be supported include but are not limited to the following: Landing Control Centrals AN/SPN-46(V)1/3; Landing Control Central Trainer AN/SPN-42-T4; Aircraft Approach Control Transmitting Set AN/SPN-41/41A; Landing Control Central AN/SPN-42A; Radar Sets AN/SPN-43B/43C; Aircraft Control Approach Central AN/SPN-35B/C; Aircraft Approach Control Transmitting Set AN/TRN-28; Receiver Transmitter Radio RT-1272/GRC-171(V); Digital Data Communications Control Set AN/SSW-1D; Radio Set AN/URC-93; UNIVAC 1219 series computers; Digital Data Computer AN/AYK-14(V); Advanced Display System AN/UYQ-70(V)1; All-Weather Landing Subsystem (ALS) AN/TPN-22; Marine Remote Area Approach and Landing System (MRAALS) AN/TPN-30(A); Air Traffic Control Subsystem (ATCS) AN/TPS-73; Control and Communications Subsystem (CCS) AN/TSQ-131; Remote Landing Site Tower (RLST) AN/TSQ-216; Air Surveillance Precision Approach Radar Control System (ASPARCS); next generation ATC&LS systems presently under development such as Joint Precision Approach Landing System (JPALS), Automatic Carrier Landing System + (ACLS+), Multi-Function Radar (MFR), Volume Search Radar (VSR), Expeditionary Precision Approach Landing Systems (EPALS) and Common Automatic Recovery System (CARS); various personal computer hosteddata acquisition and data reduction systems and other ATC&LS equipment as required. Because many of these tasks involve both ship and shore facilities, scheduling and technical direction shall be provided by the Contracting Officer's Representative (COR) by the issuance of Technical Direction Letters (TDLs). The contract type is anticipated to be Cost-Plus-Fixed-Fee Term, with an estimated total Level Of Effort (LOE) of 623,000 manhours over a period of five years. Of the total estimated LOE, 88% is estimated as Government On-Site support and 12% is estimated to be performed at the contractor's facility. The following Statement of Work areas shall be supported at a contractor site in the San Diego, CA area: SOW 3.1.1 (all paragraphs.), 3.1.2.1 (all paragraphs.), 3.5.1.1. paragraphs c. & f., 3.8.1. paragraphs c. & d.. Additionally 6,000 sq. ft of warehouse space is required within 30 miles of St., Inigoes, MD. The period of performance consists of a base period beginning 10 November 2000 and ending 30 September 2001, with five option periods which if exercised by the Government will extend the period of performance of the contract through 09-November 2005. This requirement is a follow-on to contract N00421-95-C-5313, and the incumbent contractor is BAE Systems Technologies Inc. Requests for information regarding the current contract will be processed through Ms. Mary-Ann Bruton (FOIA Specialist). Please email your requests for FOIA information to: brutonME@navair.navy.mil. This procurement will be processed under full and open competition. Basis for award of the resultant contract will be on the Best Value to the Government as established by the tradeoff process evaluation approach, cost and non-cost factors considered. All potential offerors must either have or be able to obtain a "Secret" facility clearance. It is the Government's intention to release the final solicitation, including any subsequent amendments via the NAVAIR Contracts Home Page located on the World Wide Web (WWW). The WWW server maybe accessed using client browsers such as NETSCAPE, and INTERNET EXPLORER. The WWW address, or URL for the NAVAIR Home Page is as follows: http://www.navair.navy.mil. To access the solicitation, select "Business Opportunities" under General Information, and then "NAVAIR Washington, D.C. Contracts". All future notices and updates regarding this requirement including amendments will be posted to the NAVAIR Contracts Home Page. It is the contractor's responsibility to continuously monitor this web site for the latest information concerning this requirement. To assist in the compilation of a bidders list which could help promote teaming opportunities, notify Ms. Theresa Newbold at newboldti@navair.navy.mil if you are interested in this acquisition. In your email please provide the following information: 1. Company Name; 2. Company Address; 3. Email Address: 4. Point of Contract, telephone number, and fax number; 5. Specify you company's business size status ( Large, SB, SDB, 8(A ) etc.). A paper copy of the resultant solicitation will be provided only on an exception basis at the discretion of this office. Written requests for the paper copy of the solicitation, if necessary, may be sent to the following mailing address; Theresa Newbold, Contracts Department (2.5.4.1.1.1.), Naval Air Warfare Center Aircraft Division, Villa Road, Unit 11, Bldg. 8110, St. Inigoes, MD 20684-0010. In addition to a description of this requirement, prospective offerors will also find a "Draft Statement of Work (SOW)", "Draft Minimum Personnel Qualifications" and "Draft Level of Effort (LOE)" on the NAVAIR Contracts Home Page. Note: The related SF 1423 Contract Data Requirements List (CDRL) will not be provided at this time. This presolicitation viewing of the draft SOW, Personnel Qualifications and LOE documents is being offered to encourage industry feedback regarding this particular acquisition. A cut-off date of 21 June 2000 has been established for the receipt of industry comments so that the Government will have time to evaluate responses and perhaps incorporate recommendations into the final version of the solicitation prior to its release. Posted 06/02/00 (W-SN460754). (0154)

Loren Data Corp. http://www.ld.com (SYN# 0067 20000606\R-0006.SOL)


R - Professional, Administrative and Management Support Services Index Page