|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17,1996 PSA#1681Rome Laboratory/PK, 26 Electronic Parkway, Rome NY 13441-4514 A -- IMAGE PRODUCT LIBRARY (IPL) SOL F30602-97-R-0001 POC Sharon
Tornatore-Sgroi, Contract Specialist, 315-330-7035; Joseph Stooks,
Program Manager, 315-330-3126. Period of performance is sixty (60)
months. Provide documented descriptions, requirements, analysis,
assessments, installations, familiarization, configuration management,
help desk for problem resolution, and software
development/enhancements/prototyping for the Image Product Library. As
a minimum, upgrades to the IPL system, and various initial
installations will be supporting the operational missions assigned to
each of the following Unified Commands, but not limited to HQ: US
European Command (USEUCOM), US Pacific Command (USPACOM), US Southern
Command (USSOUTHCOM), US Atlantic Command (USACOM), US Central Command
(USCENTCOM, US Special Operations Command (USSOCOM), US Transportation
Command (USTRANSCOM), US Strategic Command (USSTRATCOM), US Space
Command (USSPACECOM. As required, the IPL will be installed/upgraded at
the Command Service components. Sub-Unified Commands, and other key
subordinate organizations and contractor facilities in support of
Government agencies. A read library containing technical information
relating to this acquisition is available for review by potential
offerors at Rome Laboratory/IRDO,32 Hangar Road, Griffiss AFB, NY
13441-4116. The read library as well as general information on IPL is
available on the World Wide Web IPA/IPL Home Page. This is located at
http://ipa.rl.af.mil:8001/ipa or http://128.132.64.23:8001/ipa.
Appointments for access to hardcopy viewing may be made by contacting
Joseph Stooks, 315-330-3126 at least 72 hours in advance. A Draft RFP
(DRFP) will be available electronically on the World Wide Web no sooner
than 30 Sep 96. The RFP will also be released electronically no sooner
than 04 Oct 96. When available, the Internet address will be
publicized in the Commerce Business Daily. Foreign participation is
excluded at the prime contractor level. TS/SCI clearances will be
required for performance. This effort requires the use or delivery of
Federal Information Processing resources but it has been determined
that FIRMR Part 201-39 does not apply. An Ombudsman has been appointed
to hear significant concerns from offerors or potential offerors
during the proposal development phase of this acquisition. Routine
questions, such as clarifications of the Statement of Work or the terms
and conditions, are not considered to be ''significant concerns'' and
should be communicated directly to the Contract Specialist, Sharon
Tornatore-Sgroi, AC315-330-7035. The purpose of the Ombudsman is not to
diminish the authority of the contracting officer or program manager,
but to communicate contractor concerns, issues, disagreements and
recommendations to the appropriate Government personnel. The Ombudsman
for this acquisition is Vincent Palmiero, Chief, Policy and Management
Division, at 315-330-7746. When requested, the Ombudsman will 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. The Ombudsman should only be contacted with issues
or problems that have been previously brought to the attention of the
Contract Specialist/Contracting Officer and could not be satisfactorily
resolved at that level. No telephone requests for the Draft RFP OR
final solicitation will be honored. All requests must be addressed to
the attention of the Contract Specialist, Sharon Tornatore-Sgroi,
reference the code I-7-4300-L, and contain the respondent's Commercial
and Government Entity (CAGE) code. All responsible sources may submit
a proposal in response to the RFP which shall be considered. (0257) Loren Data Corp. http://www.ld.com (SYN# 0003 19960916\A-0003.SOL)
A - Research and Development Index Page
|
|