Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 6,2000 PSA#2615

Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, FL, 32925-3238

J -- J-INSTRUMENTATION RADAR SUPPORT PROGRAM SOL F08650-00-R-0338 DUE 070300 POC Laurie Rowe, Contract Specialist, Phone 321-494-7094, Fax 321-494-5960, Email laurie.rowe@patrick.af.mil -- Gerri Frye, Contracting Officer, Phone 321-494-9964, Fax 321-494-5560, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&ProjID=F08650-00-R-0 338&LocID=516. E-MAIL: Laurie Rowe, laurie.rowe@patrick.af.mil. This market survey is being conducted to identify firms interested in providing instrumentation radar support for the 45th Space Wing. The proposed contract would be a recompetition of the instrumentation radar support program contract at Patrick Air Force Base (PAFB), FL. The contract will provide serviceable radar components and subsystems to various C-Band and X-Band radar and similar pedestals located on 28 test ranges worldwide. Sources are required to provide management of government owned stock in contractor furnished warehouse, on-site overhauls, on-call engineering field support, in-house or vendor repair of components, fabrication of components, stock acquisition to maintain approved depot stock level, respond to requisitions for components on a routine or emergency basis. Conduct engineering investigations; recommend modifications to overcome problems associated with component obsolescence or nonavailability. Ability to relocate systems, design, manufacture, install and test subsystem upgrades is also required. Government anticipates a one (1) year basic contract with (5) five one year options. Security clearance level required for safeguarding is SECRET. Facility Clearance required is TOP SECRET. The applicable SIC code and size standard is 3812/750 employees. Conflict of interest rules apply and offerors will be required to submit mitigation plans following release of the RFP. Firms responding to this survey must (1) state whether they are a small or large business based on the size standard above; (2) indicate if a small disadvantaged or woman-owned business, 8(a) firm, or a historically black college or university or minority institution (HBCU/MI), or a HUBZone small business; (3) provide experience in the form of an outline of previous projects for specific relevant work completed or currently being performed of equivalent magnitude including contract numbers, description of the work, points of contact and phone numbers; specific experience of personnel identified to perform the work including professional qualifications/certificates; and (4) any other pertinent information which would enable the government to assess a firm_s capabilities. Because the government reserves the right to set aside this acquisition based on the responses received, it is imperative that firms respond with the required information so that capabilities can be evaluated accurately. Complete responses must be received NLT COB 3 Jul 00. This synopsis is for planning purposes only and does not commit the government to pay for the information requested, issue a solicitation, or award a contract. For further information, see the web page located at www.pafb.af.mil/45lg/45cons/irsp/default.asp. Submit all packages to 45 CONS/LGCZR, Attn: Laurie Rowe, 1201 Edward H. White II St., Patrick AFB FL Posted 06/02/00 (D-SN460901). (0154)

Loren Data Corp. http://www.ld.com (SYN# 0051 20000606\J-0011.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page