Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 7, 2000 PSA #2680
SOLICITATIONS

L -- CONTRACTOR LOGISTICS SUPPORT (CLS) FOR THE ALPENA KADENA INTERIM TRAINING SYSTEM

Notice Date
September 6, 2000
Contracting Office
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
ZIP Code
32542-6864
Solicitation Number
Reference-Number-WMRRK-01-AKITS-CLS
Response Due
September 22, 2000
Point of Contact
Patrick McKeown, Contract Specialist, Phone 850-882-9391x5040, Fax 850-882-3226, Email patrick.mckeown@eglin.af.mil -- Michele Mitchell, Contracting Officer, Phone 850-882-9391x5039, Fax 850-882-3130, Email
E-Mail Address
Patrick McKeown (patrick.mckeown@eglin.af.mil)
Description
The Range Instrumentation Systems Program Office (RISPO), AAC/WMRR, located at Eglin AFB, FL is contemplating an award of a predominately Firm Fixed Price one (1) year basic and four (4) one (1) year options contract to provide Contractor Logistics Support (CLS) for the Alpena Kadena Interim Training System (AKITS) at the Combat Readiness Training Center (CRTC) located at Alpena, Michigan. The AKITS is an interim Air Combat Training System (ACTS), that was acquired with the understanding that CLS would be used to accomplish maintenance and repair throughout its useful life. The government considers the incumbent contractor the most qualified source, since the government does not own the hardware or the software data necessary for on-site or depot-level support. The winning contractor shall be responsible for total CLS (field and depot) at CRTC, Alpena supporting 14 Type I pods, 10 Type II pods, and the ground instrumentation systems currently deployed at the Alpena CRTC. The two pods are identical in all respects except the type II pods contain an Air Data Sensor (ADS) and an Inertial Measurement Unit (IMU). Potential sources may establish appropriate agreements with the incumbent, if necessary, for required back-up, depot-level support. Potential offerors are required to provide a written statement of capabilities (SOC) package to the RISPO no later than 22 Sep 00. The SOC shall include, but not be limited to, successful experience or capability as a prime contractor in: (1) cost-effective development of modifications to an existing system for which the Government has no detailed documentation and (2) ability to continue, without interruption, total CLS (depot-level and field hardware/software support). All replies to this sources sought must reference WMRRK tracking # WMRRK-01-AKITS-CLS. Submit only unclassified information. 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 Standard Industrial Classification (SIC) code 3663, size standard 750 employees. Responses to this synopsis shall be submitted to: Capt Patrick D. McKeown (AAC/WMRRK), Contract Specialist, 102 West D Avenue Suite 300, Eglin AFB, FL 32542. An Air Combat Test and Training System (ACTTS) technical library and other relevant technical information are available at SEMCOR, 368 Adams Avenue, Valparaiso, FL 32580. Data and other 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. Requests for certification and registration can 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). You may contact Mr. Gary Hannah, SEMCOR Incorporated, 368 Adams Avenue, Valparaiso, FL 32580, (850) 678-7887, for information concerning the technical library, software release, and STINFO certification. 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 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. Point of Contact Maj Michele R. M. Mitchell, Contracting Officer, (850) 882-9391 ext 5039, FAX (850) 882-3226, Email michele.mitchell@eglin.af.mil.
Web Link
Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&ProjID=Reference-Number-WMRRK-01-AKITS-CLS&LocID=1182)
Record
Loren Data Corp. 20000907/LSOL003.HTM (D-249 SN493049)

L - Technical Representative Services Index  |  Issue Index |
Created on September 6, 2000 by Loren Data Corp. -- info@ld.com