Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 29,1999 PSA#2465

Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg 1215, Hill Air Force Base, Ut 84056-5825

J -- AIR TRAFFIC CONTROL TOWER SIMULATOR SOL F42630-99-R-AAAAY POC Nila J Hatch/Likt/[801]777-6547, For additional information contact Nila J Hatch/Likt/[801]777-6547 WEB: Click here to obtain/view solicitation., http://eps.gov. E-MAIL: Click Here to E-mail Buyer*****, Nila.Hatch@hill.Af.Mil. Air Traffic Control (ATC) Tower Simulators (T-24) and Part Task Trainers (PTT) (T-25) This announcement constitutes a sources sought synopsis and Market Research. The government intends to award a firm fixed price contract for total Contractor Logistic Support (CLS) to support the T-24 and the T- 25 located at Keesler AFB MS. The government plans to meet with industry to discuss the requirement and receive early industry input. The meeting will be 2-3 Nov 99 at Keesler AFB MS. See website. The CLS minimum requirements are: a. The contractor shall provide fully qualified CLS personnel necessary to provide total maintenance and logistical support of the T-24 and T-25. b. The contractor shall be required to maintain a 95% availability rate. The systems shall be available 18 hours per day, 5 days per week (246 training days per year). There are two (2) T-24 Simulators and eight (8) T-25 PTTs. c. The contractor shall restore any defective equipment affecting the training equipment to working condition within a 45-minute time frame from the time of notification. d. The contractor shall maintain a Quality Program in accordance with ISO 9001 (using ISO 9000-3 as a guideline for software) or equivalent. e. The contractor shall perform total maintenance and updates of the Recompetition Support Package (RSP) which includes spares support equipment, and technical documentation, software baseline, and any additions. All items to be maintained in a serviceable condition. f. The contractor shall keep the trainers and associated assigned maintenance areas in a neat, clean, orderly, presentable and safe condition. g. The contractor shall perform or assist with future modifications, both hardware and software, on the training devices and support equipment. h. The contractor shall submit all recommended software/hardware changes to the training equipment through the CLS/PO to the program engineer at OO-ALC/YWT. i. The contractor shall provide support for instructors in the operation of the training devices as required to include upgrades with training for instructors. j. The contractor shall generate a monthly performance/utilization report listing all of the previous month activities. In addition, the report shall contain the following information: trainer power-on time, required availability, actual availability, utilized time, consumption/usage of spares, recommendations for additions/deletions to the RSP. This acquisition will be a successor to and cover the combined efforts under contract FR41689-98-C-0703 and F41689-99-C-0700. The proposed contract will be a firm fixed price contract using Lowest Cost Technically Acceptable (LCTA) procedures and contain a 30-day ramp up period, a one- year basic contract, and 4 one-year option period. The service Contract Act will apply. The solicitation, along with all applicable attachments, will be posted electronically at http://eps.gov. No paper copies of information will be provided. This proposed procurement is under a 100 percent small business set aside, the size standard for which is 1,000 employees. An ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of te acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate 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 or in the LPTA process. Interested parties are invited to call Steve Wall if your concerns are not satified by the contracting officer (801) 777-9123. Attention: Contractor must be registered with Central Contractor Registration to be eligible for contract 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://ccr.edi.disa.mil. See notes 1, 26 nila.hatch@hill.af.mil or linda.wong@hill.af.mil Electronic procedure will be used for this solicitation. See our Web page. Posted 10/27/99 (I-SN395364). (0300)

Loren Data Corp. http://www.ld.com (SYN# 0058 19991029\J-0026.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page