|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 16,1995 PSA#1285ASC/REKBS, Wright-Patterson Air Force Base, OH 45433-7106 J -- DEPOT LEVEL LOGISTICS SUPPORT FOR SEISMIC AND HYDROACOUSTIC SY
STEMS POC Capt Jeffrey L. Emmons, Contract Manager, (513)
255-2863/Vance F. Leifheit, Contracting Officer, (513) 255-3043. This
is a Correction to the Synopsis that appeared February 9, 1995, Issue
No. PSA-1280. This is not a solicitation notice but a market survey to
determine potential sources to provide depot logistic support for the
following Air Force Technical Applications Center (AFTAC) systems: (1)
Seismic and hydroacoustic instruments at field sites located worldwide,
(2) hydroacoustic data processing and analysis system at AFTAC
headquarters, (3) designated seismic stations. This requirement
includes supply support, equipment maintenance, field site depot level
maintenance, government property management, engineering support at
the system and subsystem level, technical documentation support,
designated seismic station support, and maintenance data collection
database management. This effort is currently being accomplished by Air
Force personnel at McClellan AFB, CA. A presolicitation conference is
planned, but no specific date has been set. The Air Force anticipates
the issuance of a basic contract for one year and four one-year
options. Offerors will be required to submit technical and cost
proposals. No foreign sources will be considered. This survey is not in
support of an existing solicitation. Your written response should
include company name, address, CAGE code, point of contact, size of
business, and certification as to domestic ownership. In addition,
explain your ability to troubleshoot, repair, and perform systems
engineering on hydroacoustic and seismic equipment (e.g. sensors,
digitizing and transmission equipment). Also, identify and explain any
past or current efforts which involves repair and support of
hydroacoustic and seismic systems to include the specific type of
equipment supported or seismic expertise which maybe relevant to this
effort. Explain and identify the organization's current depot repair
and storage capability to include a description of current or projected
facilities for an effort such as this. Contractor must also identify
and explain experience in packaging and shipping repaired parts and
include any experience or expertise in shipping and transportation of
such parts to foreign countries. Response should also address whether
you currently possess a SECRET facility clearance or have the ability
to obtain a SECRET facility clearance. Address whether all personnel
possess a SECRET clearance or whether employees can obtain a SECRET
clearance. Lastly, identify and explain the ability to manage a supply
function and physically maintain an inventory of over 1400 hardware
items plus technical drawings and manuals. The applicable Standard
Industrial Code is 3829 with a size standard of 500 employees.
Currently a number of companies are providing seismic equipment which
involves proprietary data thus requiring other than basic repair and
maintenance be performed by the company providing the item. A list of
the equipment that will be supported along with the company that you
may need to interface with follows: KS36000 seismometers and remote
terminal digitizers (Teledyne Brown Engineering), communications
interface modules and analog interface modules (Science Horizons Inc),
SPARC station 1, 1+, 2, 5, 10 and associated file servers, external
disk drive, 8mm tape drive, CD ROM drive (Sun Micro Systems), GPS
receiver (Lowrance Technologies), UDS/Modem racks (Motorola), wide area
network router (Cisco), central processing unit boards (Heurikon), host
interface printed circuit boards (VME Microsystems International ),
memory printed circuit boards (Micro Memory Inc), serial communications
printed circuit boards (Performance Technologies). Describe any teaming
arrangements or subcontractor relationships you may use to supplement
your own expertise. Please respond in writing within 20 calendar days
of origianal synopsis published 09 Feb 95. Limit your responses to ten
(10) single spaced pages of text on 8 1/2 X 11 inch paper with the
type being no smaller than 10 point. Questions or responses may be
addressed to Capt Jeffery L. Emmons, ASC/REKBS, Building 557, 2640 Loop
Road West, WPAFB, OH 45433-7106, phone (513) 255-2863, DSN 785-2863,
FAX (513) 476-4326 (0045) Loren Data Corp. http://www.ld.com (SYN# 0054 19950215\J-0014.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|