Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 1, 2001 PSA #2779
SOLICITATIONS

R -- CLS AWACS MAINTENACE TRAINING SYS

Notice Date
January 30, 2001
Contracting Office
Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825
ZIP Code
84056-5825
Solicitation Number
F42630-01-R-2018
Response Due
March 21, 2001
Point of Contact
Nila J Hatch/Ywk/[801]777-8415, For additional information contact Nila J Hatch/Ywk/[801]777-8415
E-Mail Address
Click Here to E-mail Buyer***** (Nila.Hatch@hill.Af.Mil)
Description
CONTRACTOR LOGISTICS SUPPORT (CLS) and TRAINING SYSTEM SUPPORT CENTER (TSSC) Request for Proposal (RFP) -- F42630-01-R-2018 (Note: Market Research conducted under F42630-01-R-AAAAE) Nila J. Hatch/OO-ALC/YWK/ (801) 777-8415, For additional information contact Nila Hatch at nila.hatch@hill.af.mil E-3 Airborne Warning and Control System (AWACS), Maintenance Training System (MTS) SOL F42630-01-R-2018 -- Nila J Hatch/YWK/(801) 777-8415. The government intends to establish a contract for Contractor Logistics Support (CLS) and the operation of a Training System Support Center (TSSC). The government plans to meet with industry to discuss the requirement and receive early industry input. The meeting will be 6-7 February 01. The time and place for this meeting as well as information about this requirement will be posted on the Website located at: http://contracting.hill.af.mil/html/sourcesought/SSHP.htm This requirement is 100% Small Business Set Aside -- NAIC 336413 -- Number of employees is 1,000. A. The proposed acquisition is to provide maintenance, support, modification and upgrade of simple and complex Maintenance Training Devices (MTD) and related components that comprise the E-3 MTS, including a Training System Support Center (TSSC) operations. The contractor shall provide fully qualified CLS personnel necessary to provide total maintenance and logistics support of the E-3 AWACS MTS. The MTDs will be located at Tinker AFB, OK with one system at Keesler AFB, MS (17.A.1.d.). The contractors responsibilities shall include; but are not limited to the following: 1. Provide qualified personnel with appropriate education, skills, knowledge and capabilities to support the following complex MTDs: a. Surveillance Radar Training System (SRTS) (AN/FSM-T3) b. Data Processor/Display Maintenance Simulator Set (DP/DMSS) (AN/APY-T2) c. Advanced Radar Maintenance Training Set (ARMTS) (AN/APY-T2) d. Radar Maintenance Training Set (RMTS) Keesler AFB, MS 2. Provide qualified personnel with appropriate education, skills, knowledge and capabilities to support the following simple MTDs a. Attitude and Heading Reference System (AHRS) (TAU-193/E) b. Flight Director/Radio Navigation Trainer (FD/RNT) (TAU-194/E) c. Radar Transponder Set (RTS) (TAU-195/E) d. Weather Radar Trainer (WRT) (TAU-196/E) e. Electrical Power System Trainer (EPST) (TAU-197/E) f. Automatic Flight Control System Trainer (AFCST) (TAU-198/E) g. Air Conditioning System Trainer (ACST) (TAU-200/E) h. Liquid Cooling System Trainer (LCST) (TAU-201/E) i. Auxiliary Power System Trainer (APTS) (413L-8701) j. Anti-skid System Trainer (AST) (413L-8702) k. Surface Control System Trainer (SCST) (1875-443) l. Fuel System Trainer (FST) (1875-4445) 3. The RFP shall include a priced option to provide CLS for a Flight Simulator (A/F37-T72) and a Cockpit Procedures Trainer (CPT) (to be used for maintenance training only). (Projected FY03) 4. The RFP shall include a priced option for Simware Interface Management CourseWARE (SIMWARE) development, maintenance and updates required for SRTS and DP/DMSS. 5. The contractor will be required to perform total logistics support of the Recompetition Support Package (RSP), which includes spares, support equipment and technical documentation, and maintain all items in a serviceable condition. B. The proposed contract will be a firm fixed price contract using Source Selection procedures and Will be written for one (1) basic year and nine (9) option years. The Service Contract Act will apply. This effort will begin about 1 October 2001. There will be an estimated sixty-day-ramp-up period. This acquisition will be a successor contract to the current F42630-96-C-0498 and F33657-97-C-2057. The RFP, along with all applicable attachments, will be posted on or about 1 March 01. All future information about this requirement will be posted on the Website located at: http://contracting.hill.af.mil/html/sourcessought/SSHP.htm. Potential offerors may express interest, make comments, and ask question via electronic mail to the contracting officer, Nila Hatch at nila.hatch@hill.af.mil or phone at (801) 777-8415. Mailing address is OO-ALC/YWK, 6050 Gum Lane, Bldg. 1215, Hill AFB, UT 84056. Electronic procedures will be used for this solicitation. See the Hill Web page. ATTENTION: Contractors 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 1-888-227-2523, or via the Internet at http://ccr.edi.disam.mil The approximate issue/response date will be 20 FEB 2001. Electronic procedure will be used for this solicitation. See our Web page. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this 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 source selection process. Interested parties are invited to call Roger Porter if your concerns are not satisfied by the contracting officer (801)777-6991. 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.ccr2000.com See Note (s) 1,26.
Web Link
Click here to obtain/view a solicitation. (http://www.fedbizops.gov)
Record
Loren Data Corp. 20010201/RSOL004.HTM (I-030 SN50C2X2)

R - Professional, Administrative and Management Support Services Index  |  Issue Index |
Created on January 30, 2001 by Loren Data Corp. -- info@ld.com