Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2007 FBO #1889
SOLICITATION NOTICE

J -- JOINT SURVEILLANCE TARGET ATTACK RADAR SYSTEM (JOINT STARS) WEAPON SYSTEM T

Notice Date
1/26/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
75 Vandenberg Dr Hanscom AFB, MA
 
ZIP Code
00000
 
Solicitation Number
R1473
 
Description
The Joint STARS Program Office of the Electronic Systems Center (751 Electronic System Group) intends to issue a sole-source Request for Proposal and follow on delivery order for Contractor Logistics Support and operation of a Technical System Support Center for the Joint STARS E-8C Weapon System Trainers (WST)/Navigator Training System (NTS) simulators to Rockwell Collins via the WR-ALC Rockwell Collins Partnership Corporate Contract. The statutory authority to do so is 10 U.S.C. 230 (c) (1) which states the following: "When the supplies or services required by the agency are available from only one source, or from only one or a limited number of responsible sources, and no other supplies or services will satisfy the requirements, full and open competition need not be provided for." Rockwell Collins is the OEM for these trainers and has maintained, modified, and updated them since 1994. Numerous modifications have taken place to date on the trainers. CLS will require the contractor to operate, maintain, and support periodic hardware and software correction/upgrades to the WSTs/NTSs to include periodic surge capability and logistics needed to keep all systems available for training. The CLS effort will accomplish software modification through the TSSC located at Robins AFB, GA, The WSTs are currently already in use for training and one cannot be removed from the training schedule to allow for study, examination, and teardown by any contractor. The training site currently consists of 2 WST and 2 NTS simulators. The anticipated period of performance for the CLS/TSSC will be 1 April 2007 - 31 December 2007, with options for 4 additional 12-month periods. If a firm believes it can meet the WST requirements that firm should submit a statement of qualifications that demonstrates that they can provide technically compliant upgrade to the WSTs at Robins, AFB. The statement of qualification is limited to 50 pages, and text should be 12-font Arial, and graphics should have no smaller than 10-font test. Statements should be submitted within 15 days of the publication of this notice, to the buyer, Major Mike Dombrowski, 75 Vandenberg Drive, Hanscom AFB, MA 01731-2119. Commercial brochures will not be accepted. 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 the respondent, ESC will not release to any firm, agency, or individual outside the Government, any information marked "Proprietary". This synopsis is for planning and information purposes only and does not constitute a Request for Proposal (RFP) nor does its issuance restrict the Government as to the ultimate approach. The Government will solicit the firms meeting the screening criteria listed below. Any interested firm initially judged to be unqualified will be provided a copy of the solicitation upon request. Any offer submitted by such a firm will be evaluated without prejudice. In addition to addressing the above technical issues, the statement of capabilities should address the following: (1) Name and address of the firm; (2) Size of business (Does your firm qualify as a small, emergent business or a small, disadvantaged business? If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act? Is your firm a certified hub zone firm? Is your firm is a woman-owned or operated business?) (3) Ownership (particularly foreign ownership of partial ownership; (4) Year firm established; (5) Names of two principals to contact, including title and telephone number; (6) Company profile to include number of employees, annual revenue history, office locations, DUNS number, if 8(a), date of acceptance into Small Business Administration 8(a) program and anticipated graduation date; (7) Resources available such as corporate management and currently-employed personnel to be assigned to the project to include names and current job titles; (8) Management approach to staffing the total effort with qualified personnel, based on past staffing plans. The staffing plan should address any new hires that would be available for assignment to this effort, possible subcontract/teaming arrangements, and strategy for recruiting and retaining qualified personnel; (9) A description of previous experience that demonstrates your firm's ability to effectively manage or perform a similar effort; (10) A description of clearance level - respondents must have a Top Secret clearance; (11) Past experience with Boeing 707 type airframes and its subsystems, e.g. 1553 Data Buses, Trainers and simulator for Aircraft, Antennas, cockpit displays, TCAS suite of equipment, Simulator Certifications and SATCOM Links. Only include information about on-going contract(s) or contract(s) completed within the last five years that have relevant past experience. Required specific information for each effort is: (a) Name of Contracting Activity; (b) Contract Number; (c) Contract Type (FFP, Cost, IDIQ, or combination); (d) Period of Performance, Total Contract Value, and Total Dollar Value under the Contract that the firm was actually responsible for under this NAICS code; (e) Summary of contract work; (f) Contracting Officer name and current telephone number; (g) Contracting Officers Technical Representative name and current telephone number; (h) List of major subcontractors including name, address, and telephone numbers of primary points of contact. (12) Respondents must have a certified cost accounting system, certified pricing system, and certified estimating system. ATTENTION: Contractor must be registered with Central Contractor Registration to be eligible for contact award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov.
 
Web Link
JOINT SURVEILLANCE TARGET ATTACK RADAR SYSTEM (JOINT STARS) WEAPON SYSTEM T on HERBB
(http://www.herbb.hanscom.af.mil/esc_opps.asp?rfp=R1473)
 
Record
SN01219975-W 20070128/070126220645 (fbodaily.com)
 
Source
FedBizOpps 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  © 1994-2020, Loren Data Corp.