Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 22,1998 PSA#2206

WR-ALC/PKXOA, 235 BYRON ST, ROBINS AIR FORCE BASE GA 31098-1611

J -- JOINT STARS PDM SOL F09603-99-R-41402 DUE 121098 POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional information contact James T. Barrow/Lkkb/[912]926-5464 Joint STARS fulfills the need to provide, from an airborne platform, near-real-time surveillance and targeting information on moving and stationary ground targets, slow-moving rotary and fixed wing aircraft, and rotating antennas, to enable commanders to make and execute decisions for employment of combat forces. This program requires continuous quality warfighter support and reduces total ownership cost via total system integration and program-wide Reliability and Maintainability. Its overall objective is to provide the 93rd Air Control Wing with responsive, quality support (in garrison and deployed) that maximizes weapon system availability and reduces weapon system Total Ownership Cost. Robins Air Force Base is executing an acquisition strategy that provides comprehensive support of the Joint STARS Weapon System which is termed, Joint STARS Integrated Support (JIS). The competitive contract will capture all competitively viable requirments and essential interfaces with the weapon system prime contractor and organic support functions. The estimated cost is $1.1 billion. It will contain incentives to ensure effective interaction among selected contractors and government organic functions to increase aircraft availability and reduce total cost of ownership. The following is not all-inclusive but represents activities that are anticipated to be included in the competitively awarded Indefinite Delivery Indefinite Quantity (IDIQ) contract. The Contract Period of Performance is expected to be 1 year (Award Term/Incentive Term) on the basic contract plus 14 years of options. The Broad Weapon System Support includes Air vehicle, In-flight and Aircraft Maintenance Trainers, commercial-off-the- shelf (COTS) equipment and End-to-End System Testing. There will be Integration with production, to include mod kit procurement and installs (kits/retrofits). Broad Reliability and Maintainability requirements are across the scope of the contract. Engineering services, configuration/data maintenance/tracking, reliability improvements, parts quality/vendor control, and support of the following essential processes/activities: System Engineering Integration and Test (SEIT), Product Improvement Working Group (PIWG), Joint Reliability and Maintainability Evaluation Team (JRMET), Effective Time On station (ETOS) data collection, Deficiency Report (DR), Executive Management Review (EMR), System Support Review (SSR), and Requirement Review Board (RRB) will be included in the contract. There will be increased use of performance based requirements. Periodic depot maintenance activities will be included. An enhanced Value Engineering Change Proposal (VECP) program will be part of the contract. Partial, or potential full, CLS Contractor Operated and Maintained Base Suppoly (COMBS) will also be included. Best business practices will be incorporated. An Integration relationship will be necessary with the prime contractor and Government retained organic functions. *JIS requirements are under development. The above is subject to change as requirements are further defined/refined. Draft Request For Proposal (RFP) will be released in early November. The formal RFP will be released in early January. All activities for the competitive requirement above will be conducted via the web page at http: contracting.robins.af.mil/jstars.ssi. A means of registering to receive an e-mail notice of web page updates is provided on the web page. All documents necessary for the acquisition, including the request for proposal and other important documents, will be posted to the web page for download by interested parties. Paper copies of documents will not be available. It is also anticipated that CD-ROM will be the preferred method of proposal submission and revision. NOTE: In all requests please specify "Competitive Requirement". Robins AFB Point of Contact: Douglas J. Pugh, PCO, 460 2nd Street Suite 221, Robins AFB GA 31098-1640, tel: (912)926-3064, FAX: (912)926-5216, e-mail: dpugh@pk.robins.af.mil. To obtain a copy of solicitation package send a written request or a FAX (912) 926-7572. The approximate issue/response date will be 10 NOV 1998. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Security clearance will be required of all bidders offerors. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. All potential offerors should contact the buyer/PCO identified above for additional information and/or to communicate concerns, if any, concerning this acquisition. If your concerns are not satified by the contacting officer, an Ombudsman has been appointed to hear serious concerns that are not resolved through established channels. The purpose of the Ombudsman is not to diminish the authority of the the program director or contracting officer, but communicate serious contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. 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 in the source selection process. When appropriate, potential offerors may contact Ombudsman James Grant, Chief, Contract Policy Division, at 912-926-2604. Please be prepared to identify previous contacts made by you in an attempt to resolve your concern. This acquisition may/does involve technology that has a military or space application. The only US contractors who may participate are those that are certified and registered with DLSC (1-800-352-3572) and have a legitimate business purpose. US contractors must submit a copy of their current, approved DD Form 2345 with their request for solicitation. To request this certification, write to the Commander, Defense Logistics Services Center, ATTN: DLSC-FEB, Federal Center, Battle Creek MI 49017- 3084 and request a copy of Department of Defense Form 2345 or call DLSC at the above number. The solicitation/data package will be mailed to the data custodian identified in block 3 of the DD Form 2345. The extent of foreign participation has not yet been determined. MOU country sources must contact the Contracting Officer within 15 calendar days of the date of this synopsis notice to receive a copy of the solicitation at the time it is initially issued. Issuance of the RFP will not be delayed to review requests from MOU country sources received after 15 days or from non-MOU country sources. Nothing in this notice contradicts other restrictions, identified in the synopsis notice or solicitation, regarding eligible sources (e.g., if this is a small-business set-aside, foreign sources may not participate as potential prime contractors but could, if otherwise eligible, participate as subcontractors). See Note (s) 8,9,26. Posted 10/20/98 (I-SN263678). (0293)

Loren Data Corp. http://www.ld.com (SYN# 0049 19981022\J-0014.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page