Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 28, 2001 PSA #2924
SOLICITATIONS

U -- UHF SPITFIRE RADIO TRAINING

Notice Date
August 24, 2001
Contracting Office
ESC/MCK, 50 Griffiss St., Hanscom AFB, MA 01731-1620
ZIP Code
01731-1620
Solicitation Number
F1962801R0038
Response Due
August 22, 2001
Point of Contact
Bill Donaldson 781-271-6091
E-Mail Address
Click Here to E-mail the POC (bill.donaldson@hanscom.af.mil)
Description
(i.)This is a combined Sources Sought Synopsis and Solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice using the simplified acquisition procedures. (ii.) Solicitation F19628-01-R-0038 is issued as a Request for Proposal (RFP). A firm fixed price contract is anticipated to result from this solicitation. (iii) This RFP incorporates provisions and clauses in effect through Federal Acquisition Circular 97-27. (iv.) The NAICS code for this action is 611699 and the size standard is 750 employees. (v.) The requirement for training will be for government fiscal years FY 01 and FY 02, inclusive. The following CLIN structure is proposed, however offerors may add and/or edit to optimally fulfill government requirements: CLIN 0001 -- Training Class at Tinker AFB, Oklahoma City, OK -- 10-14 September 2001; CLIN 0002 -- Training Class at Robins AFB, GA -- 15-19 October 2001; CLIN 0003 -- Training Class at Robins AFB, GA -- 22-26 October 2001; CLIN 0004 -- Training Class at Robins AFB, GA -- 5-9 November 2001; and CLIN 0005 -- Training Class at Robins AFB, GA -- 26-30 November 2001. (vi.) The MILSATCOM Terminals Program Office is seeking Spitfire Radio (AN/PSC-5) Type One Training and Associated Data. Specifically, the contractor shall perform one lot of training to consist of five (5) classes of not more than 32 hours each with student training materials and handouts. Description: Training will consist of five classes covering the operation and maintenance of the AN/PSC-5 Radio Set (Spitfire) for up to 12 students per class, plus four observers for not more than 32 hours of instruction for each class. The classes shall contain material from course POI-AN/PSC-5/OP/M-POI-1, and may be further tailored to specifics required by the using command. The contractor shall be prepared to provide six AN/PSC-5 Radio Sets in the event Government radios are not available for the duration of the classes. The training shall be as used with the Demand Assigned Multiple Access (DAMA) compatible terminals (AN/PSC-5) as manufactured by Raytheon Systems Corporation, Fort Wayne, IN. Satellite time will be available during the length of training classes. Further, the contractor shall provide, on the basis of one per student, all course materials, handouts, compact disks, and technical manuals used in the conduct of the class. The contractor shall also allow for use of Government provided Input/Output (I/O) devices and software for the purpose of data transmissions, such as email. The contractor shall be responsible for the delivery of instruction and related items. Commercial packaging and marking of supplies shall be IAW best commercial practice. (vii.) The five classes shall be held on the following dates, Monday-Friday: at Tinker AFB, Oklahoma City, OK, 10-14 September 2001 and at Robins AFB, Warner Robins GA, 15-19 and 22-26 October 2001 and 5-9 and 26-30 November 2001. The locations of classes are Tinker AFB, Oklahoma City, OK (one class, 10-14 Sep 01), and Robins AFB, Warner Robins, GA (four classes: 15-19 & 22-26 Oct 01; and 5-9 & 26-30 Nov 01). (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial applies to this acquisition. For item b(6), include a listing of price by CLIN. (ix) 52.212-2, Evaluation-Commercial Items, based on the following criteria: technical specifications, past performance, and price and price related factors considered in descending order of importance as listed here. In addition, when all other evaluation factors other than cost or price are combined they are more important than price. The government will select a technically superior offer if it is determined that the additional technical merit is worth the additional cost in relation to the other proposals received. Furthermore, the government may reject any or all offers if such action is in the public interest and waive informalities and minor irregularities in offers received. Technical capability will be determined from the information submitted by the Offeror providing a description in sufficient detail to show the product offered meets the government's requirements. The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. (x) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, complete this provision and submit with offer. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, Clause 52.212-5 paragraph b is tailored to include the following clauses by reference: 52.203-6 Alt 1, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-3 Alt 1, 52.232-33, and 52.225-18. (xiii) The government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this synopsis/solicitation. This announcement does not constitute a commitment to order on the part of the government. (xiv) N/A (xv) N/A (xvi) All responses to this Request for Proposal shall be in writing. Include Federal Tax Identification number on your bid. Offerors shall hold bid price firm for 30 calender days from the date of receipt of offers. The closing date for receipt of offers is 1400 hours EST on 10 August 2001. (xvii) Responses shall be mailed to the following address: ESC/MCK, 202 Burlington Road, Bedford MA, 01739, ATTN: Mr. Joseph Zimmerman/Mr. Bill Donaldson. Responses may also be hand carried to the following address: MITRE Corporation, BLDG M (Main Lobby), 202 Burlington Road, Bedford MA, 01730-1420 ATTN: Mr. Joseph Zimmerman/Mr. Bill Donaldson, ESC/MCK. Also, Mr.Donaldson (bill.donaldson@hanscom.af.mil) will accept e-mail responses. Respondents to this RFP shall identify whether they are a large or small business and provide their company's name, address, telephone number and a Point of Contact (POC). Any proprietary information submitted shall be identified as such. An Acquisition Ombudsman, Colonel Joseph B. Magnone, Director, Commander's Staff, has been appointed to hear concerns from offerors or potential offerors during proposal development. You should only contact the Ombudsman with issues or problems you cannot satisfactorily resolve with the program manager and/or contracting officer. The Ombudsman role is to hear concerns, issues, and recommendations and communicate these to the appropriate government personnel. The Ombudsman will maintain strict confidentiality if desired. The Ombudsman does not evaluate proposals or participate in source selection. You can contact the Ombudsman at (781) 377-5106.
Web Link
ESC Business Opportunities Web Page (http://www.herbb.hanscom.af.mil)
Record
Loren Data Corp. 20010828/USOL004.HTM (D-236 SN50V9E4)

U - Education and Training Services Index  |  Issue Index |
Created on August 24, 2001 by Loren Data Corp. -- info@ld.com