Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2005 FBO #1231
SOLICITATION NOTICE

J -- ALPENA KADENA INTERIM TRAINING SYSTEM (AKITS)

Notice Date
4/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, TX, 78150-4302
 
ZIP Code
78150-4302
 
Solicitation Number
FA3002-05-R-0007
 
Archive Date
5/15/2005
 
Description
*********The Government intends to issue a sole source solicitation to Cubic Worldwide Technical Services (CWTS) due to the proprietary system owned and operated by CWTS required for the AKITS CLS and based on a Sources Sought Notice issued 29 Nov 2004 which revealed no other sources capable of performing this requirement.********* Requirement. This acquisition will not utilize FAR part 12. This acquisition is for non-personal services necessary to provide On-Site Contractor Logistics Support (CLS) (including deployed locations) and Depot CLS for the Alpena Kadena Interim Training System (AKITS) at Alpena Combat Readiness Training Center (CRTC), Michigan ANG. Currently this service is being performed by Cubic Worldwide Technical Services (CWTS) under proprietary system owned and operated by CWTS as a sole-source. CLS for the AKITS shall include all maintenance (On-Site and Depot). The contractor shall schedule and perform all preventative and corrective maintenance (scheduled and unscheduled) necessary to provide the required operational capability without disruption to mission operations at the Alpena CRTC. CLS for the AKITS shall include all logistic support (On-Site and depot), to include all common and peculiar support equipment, replacement parts and spares, and operations and maintenance data. The contractor shall provide the necessary planning and management to ensure adequate and timely logistical support to maintain system performance established by the system specification. The contractor shall plan, execute, and manage logistic support so as to provide full CLS in the areas of administrative, operational, logistical, all parts and spares, and maintenance efforts required to support AKITS activities during the contractual period. The contractor shall not use the Air Force supply system in order to obtain parts, tools, and equipment. The contractor shall provide On-Site CLS for the AKITS. In the process of providing CLS, the contractor shall furnish managerial and technical expertise to operate and maintain the AKITS. Troubleshoot, repair, align, and service the AKITS, forwarding to the depot facility equipment that cannot be repaired on site (e.g. system parts, instrumentation, peculiar test equipment, etc.). Maintain the AKITS software executable baseline and troubleshoot, identify, and resolve Commercial off-the-Shelf (COTS) software problems. Provide all Support Equipment (SE), special tools, parts and spares above and beyond the contracted GFP, and data required to support AKITS CLS. Maintain 24 Airborne Instrumentation Subsystem (AIS) KITS pods (14 Type I KITS Pods and 10 Type II KITS Pods), three Kadena Debriefing Stations (KDS), four Individual Combat Aircrew Debriefing/Display Systems (ICADS), one 1553 Test Set, one RF Test Set, four Video Cassette Tape Players, three HAVE QUICK (UHF) Radio systems, two Targa Solid State Recorders, one data-link relay station and assorted support equipment. The complete AKITS including debriefing systems, pods and support equipment. Maintain proprietary Test Equipment and software to support AKITS at Alpena, MI. Unique Support Equipment. The support equipment is built specifically for AKITS and in the same configuration as the KITS support equipments to ensure interoperability of test equipment at all bases if needed. The personnel on this program must hold and maintain a SECRET DoD clearance The Restricted/Limited Rights Notification lists the hardware and software identified with limited rights. This data is not releasable to third parties for the purpose of competition. The KITS included all major components of the AIS pod (KITS pod), the support equipment, the AIS software (UHF, 186 Bootload, transponder, PIU, simulation software, and filter software) with restricted rights. The display server and display component software in the KITS contract are listed with restricted rights. The drawings to the test set and pod components in the KITS contract are delivered with restricted right. An alternate contractor would not have access to the KITS software source code for the displays, the pod or the test sets. The software design documentation would need to be developed again by a contractor other than CWTS. An alternate contractor would not have the drawings to maintain the pods and test sets due to proprietary data rights restrictions. Deployment Operations. The AKITS system is a range less system capable of deployment to other locations. The complete area of deployment includes all ANG locations in the Continental United States, Hawaii, and Alaska. Current sites include The CLS shall be for Alpena CRTC, and support other deployed locations such as, but not limited to, Klamath Falls ANG, OR; Fargo ANG, ND; Des Moines ANG, IA; Selfridge ANG, MI; Battle Creek ANG, MI; Toledo ANG, OH; Springfield ANG, OH; Wright Patterson AFB, OH; St. Louis ANG, MO; Kelly AFB, TX; and Cold Lake, Canada. When directed by the Contracting Officer, the contractor shall support such deployments as follows: 1) package the system; 2) provide for on-site set up of the system for de-briefing capability only, not live monitor; 3) train unit personnel in the operation of the debriefing capability and loading/unloading of pods; and 4) re-package and ship the pods once the deployed operations are completed. Period of Performance. The basic period of performance for full operation and maintenance will be 01 Nov 2005 ? 30 Sep 2006. In addition to the basic period, the Government intends to include four (4) 1-year option periods with an additional 6-month option to extend services beyond the contract period. For purposes of this acquisition, the North American Industry Classification System (NAICS) is 541513, Computer Facilities Management Services. The business size standard is $21 million. Solicitation release date is 23 Apr 2005 with proposals due 6 May 2005. Personnel and facility must have a secret clearance. Perspective Offerors must have the financial backing to defray mobilization and operating cost for approximately sixty (60) to ninety (90) days. Internet and e-mail capabilities are a must! Central Contract Registration (CCR) mandatory. Point(s) of contact. Mr. Jerry Strubbe, Contracting Officer jerry.strubbe@randolph.af.mil (210) 652-2122, fax (210) 652-2304; Ms. Debbie Aguirre debbie.aguirre@randolph.af.mil (210) 652-2122, fax (210) 652-2304. An electronic response is the accepted method. Future information on this acquisition will be located under the Electronic Posting System at www.fedbizopps.gov. Information contained in this synopsis is subject to change. It is the responsibility of the prospective offeror to check this site regularly for any changes.
 
Place of Performance
Address: Alpena Combat Readiness Training Center (CRTC), Michigan ANG
 
Record
SN00785027-W 20050410/050408212223 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.