Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 3, 2001 PSA #2759
SOLICITATIONS

T -- RANGE PHOTO INSTRUMENTATION SERVICES

Notice Date
December 29, 2000
Contracting Office
Commander, Naval Air Warfare Center, Weapons Division, Code 230000E, 575
ZIP Code
00000
Solicitation Number
N68936-00-R-0108
Response Due
April 1, 2001
Point of Contact
Nancy Garza, Contract Specialist, 805-989-1880, Contracting Officer -- Nathan Simpson, 805-989-1303, garzan@navair.navy.mil
Description
The Naval Air Warfare Center Weapons Division (NAWCWD), Point Mugu, CA is issuing an unrestricted solicitation for a five year contract for Range Photo Instrumentation support. The period of performance includes a one-year base period with four one-year options. It is anticipated that the base period of performance will commence in November 2002. NAICS code is 513390 and the size standard is $11 million. The solicitation will be issued as part of an OMB A-76 cost comparison study. Based upon the results of the cost comparison, the Government may elect to award a firm-fixed price contract or to retain the function in-house. If a Contractor is found to be the most cost effective performing activity, an award will be made in accordance with OMB Circular A-76 in conjunction with all other applicable Navy and Government acquisition regulations. It is anticipated that personnel and facility requirements will include the necessity to have or obtain security clearances. Potential Contractor's must have experience in creating and executing photo plans to meet test objectives similar to those of NAWCWD. Typical test scenarios include: 1. Missile egress from US Navy ships and aircraft; 2. Missile or drone tracks from launch to impact; 3. Missile impacts on remote land-based targets, target vessels, and airborne targets; 4. Re-entry and launch vehicles; 5. Seat ejections; 6. Parachutes; 7. High-speed projectiles. Scenarios include the acquisition of both documentary and photogrammetric data, and are often run concurrently. These scenarios sometimes require the Contractor to install photographic optic equipment within the hazard footprint of weapon systems under test and to provide operational support under adverse environmental conditions. The Contractor shall develop and implement the photo plans for these scenarios. The Contractor shall develop cost estimates for implementing the photo plans to meet the test objectives. The Contractor shall: Generate flight profiles and brief and direct flight crews to meet test plan objectives for stabilized optical systems; Install and fabricate unique camera mounts on targets, surface vessels, and remote land sites; Transport equipment on foot, by helicopter, by 4-wheel drive vehicles, by barges, and by small craft; Setup and calibrate equipment, some of which may be located at surveyed land sites and on airborne platforms under adverse conditions; Run the photo optic portion of the tests and acquire the data, which includes Time Space Position Information data, documentary data, scoring data, and laser measurement and designation data on film and video media. Recover photo resources after completion of tests; Distribute real-time data via microwave and fiber-optic links and near real-time photo and video products; Produce and distribute post-test edited videos in formats such as analog and digital videotape and digitally compressed files for CD-ROM and the intranet; Produce photo lab products and services. The Contractor shall: Provide on-location and in-studio photography services; Develop 16/35mm motion picture film and 35mm, 120, 220, and 70mm still film; Print still photographs in sizes ranging from 2 x 3 inches to 30 x 40 inches; Create graphics and digital image designs in sizes up to 500 sq. ft; Mat, frame and mount photographic and digital images; Operate and maintain a customer service desk and photographic/video archival library; and Operate and maintain photo lab computerized billing system. The Government will provide (as Government Furnished Equipment) Kineto Tracking Mounts (KTM), Automated Laser Radar Instrumentation Tracking Equipment (ALRITE), Airborne stabilized optical systems (CAST GLANCE and CAST EYES systems), M-45 tracking mounts, a Cine-Sextant mount, airborne photographic pods, Metric Infrared Instrumentation System (MIRIS), Infrared and laser optical systems. The Government will also provide documentary film and video cameras, still and motion picture film processing and printing equipment, and video editing systems for analog and non-linear editing. The Contractor shall: Perform preventive maintenance and repairs for Government Furnished Equipment (GFE) down to the component level; Make real-time repairs in the field during tests; Build and upgrade KTMs, ALRITE laser trackers, M-45 tracking mounts, and CAST GLANCE airborne optics systems; Convert KTM-As to KTM-Bs. This conversion requires modification of the electronics, mount hardware, system software, sensor upgrades, and acceptance testing; Perform configuration management services on all equipment. Configuration Management includes writing change proposals, participating in the Configuration Control Board, and implementing approved changes. To provide these services, Contractor personnel shall possess California Class A driver's licenses and aircrew certification capability (according to Naval Air Training Operating Procedure (NATOPS), OPNAVINST 3710.7, and NAVAIR 01-75PAA-1.1 P-3A/P-3B certification manuals). The support requires Top Secret and Top Secret SBI clearances for roughly 25% of the Contractor's workforce and Secret Clearances for the rest. Contractor personnel must be able to transfer from ship to ship, from helicopter to ship, and from ship to helicopter. Contractor personnel must be laser safety and respirator certified. Contractor personnel must possess or be able to obtain Navy Crane and hoist certification, California license to operate a forklift, medical certification (sight and hearing), and CPR certification. Fitness for duty is required for employees whose duty station is offshore. Contractor personnel must be able to lift equipment up to 50 pounds. The Sea Range at Point Mugu, California, consists of 36,000 square nautical miles of controlled operational airspace and a sea surface operations area. It is bordered by coastal mountains and includes a chain of islands. Point Mugu is approximately 50 miles northwest of Los Angeles. Work sites at the Sea Range include Point Mugu, San Nicolas Island (SNI), San Clemente Island, Santa Cruz Island, and Laguna Peak. The Land Range is located at China Lake, California, near the city of Ridgecrest, in the upper Mojave Desert of Southern California, approximately 160 miles northeast of Los Angeles. The terrain includes dry flat lakebeds, large dry washes, alluvial fans, open desert, and pine-covered mountains. The Land Range is used exclusively for testing and evaluating missiles, aircraft, and bombs. Temperatures range from 25 degrees F in the winter to 120 degrees F in the summer. Other operational locations include US Navy ships, small crafts, aircraft, helicopters, and other platforms; Edwards Air Force Base (AFB); Vandenberg AFB; Construction Battalion Center (Port Hueneme); White Sands Detachment in New Mexico; the Pacific Missile Range Facility in Hawaii; and sites in other states, US Territories, Canada, Europe, South America, and Asia. All copies of the solicitation will be furnished electronically through the NAWCWPNS, 2.0 Contracts Competency Home Page. The address is as follows: "http://www.nawcwpns.navy.mil/~contract/homepubl.htm." No hard copies of the solicitation will be furnished unless absolutely necessary. The solicitation is expected to be posted in January 2001. All responsible sources which submit a proposal shall be considered. See Note 26.
Record
Loren Data Corp. 20010103/TSOL003.HTM (W-364 SN5098S7)

T - Photographic, Mapping, Printing and Publication Services Index  |  Issue Index |
Created on December 29, 2000 by Loren Data Corp. -- info@ld.com