|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 16,1995 PSA#1304AFDTC/PKZB, 205 West D Ave, Ste 428, Eglin AFB FL 32542-6864 M -- M-OPERATION & MAINTENANCE OF THE RADAR SCATTER TARGET FACILITY AT
HOLLOMAN AFB NM SOL PKZ575 DUE 042595 POC CONTACT CONTRACT SPECIALIST,
KAREN MILLISOR, (904)882-4603 Or PAULA TUTWILER, (904)882-4603 A
Request for Proposal (RFP) will be issued during the latter part of
April 1995 for the Operation and Maintenance (O&M) of the Radar Target
Scatter (RATSCAT) Facility at Holloman Air Force Base(HAFB)NM. A Draft
RFP (DRFP) was issued on 12 September 1995. The presolicitation
conference and site tour were held at Holloman AFB on 27 and 28
September 1994. The RFP contemplates one single O&M effort. The
contract requires nonpersonal services for the O&M of the RATSCAT
facilities. The primary mission of RATSCAT is to provide DOD an
independent Government radar signature measurement facility for the
very accurate measurement of radar cross section (RCS). RATSCAT
consists of two complementary sites, Mainsite and the RATSCAT Advanced
Measurement System (RAMS). Both sites are located on the White Sands
Missile Range (WSMR). Occasional testing may be required at other
locations at HAFB and WSMR. Mainsite is 20 miles by road west by
northwest of Holloman AFB NM and RAMS is about 45 miles by road
northwest of Holloman AFB. The road distance between the two sites is
42 miles. Mainsite handles all bistatic RCS measurements and all
monostatic RCS measurement of large flyable aircraft and RCS targets,
up to 100,000 lbs. RAMS provides measurements of RCS models up to
30,000 lbs. Monostatic measurements can be made in radar frequency
bands from VHF to Ku, with spot frequencies at Ka and W bands. Bistatic
measurements are typically measured in frequencies between L-band and
Ka band. The basic measurements made are amplitude, phase and target
aspect angle. Data processing provides OD (amplitude Vs aspect angle),
1D(downrange and crossrange), 2D(images), glint, or Doppler data. The
model shop is capable of building RCS targets from simple geometrical
shapes for calibration devices and target supports to complex highly
detailed aircraft models with rotating engines. The O&M contractor must
possess the capability to operate and maintain test facilities
supporting a five day work week with simultaneous test operations at
both sites from dusk to dawn. Occasional weekend testing may also be
required. Workload is cyclic throughout the year. The contractor must
be capable of responding rapidly to workload fluctuations. The
Contractor shall be responsible for test operations, engineering,
management, maintenance administration, logistics, safety, security,
quality assurance, model fabrication, training, photography, and ADPE.
The Contractor will be responsible for all on site utility support
services including the facilities water systems, power systems, garbage
collection, and sewer system. With very few exceptions like telephone
system repair, all support shall be provided by the O&M Contractor.
Test operations encompass the total test effort and extends from
conception to completion, including test planning, preparation,
conduct, documentation, data validation, data processing, reporting and
data distribution. Although the Contractor is responsible for the
evaluation of acquired data as part of quality assurance, he is not
responsible for data analysis. Engineering disciplines include
electrical, electronic, mechanical and civil. Engineering services
include designing and upgrading to range measurement systems for
improved performance, maintainability, reliability and efficiency. This
includes the radar systems, data acquisition systems, data processing
systems, target supports (columns and pylons), target handling
equipment, support facilities and the radar range ground planes.
Maintenance includes scheduled and unscheduled maintenance for all
government owned property. This includes real property, radar systems,
computer systems, electronic systems, vehicles, and all other
Government property used in support of this contract. Facility O&M
includes target turntables, test range surface maintenance (paving,
earth moving and grading), primary power distribution systems, air
conditioning and heating, fire protection system and all real property
maintenance and minor construction including electrical, plumbing,
carpentry, structural, roads and grounds. Also included are unique
highly sophisticated mechanical and hydraulic target positioning
systems. The contractor shall maintain the necessary support equipment
for adequate O&M of the facility. Support equipment includes, but is
not limited to, cranes, manlifts, tractors, road graders, forklifts,
trailers, sweeper, rollers, bulldozers etc. Construction of target
support columns, corrosion control and automotive maintenance are
required. Also, integral to the O&M support are logistics (supply),
quality control, safety and the requirement to provide physical and
operational security for highly classified programs. The following
qualifications and experience will be required: (a) Test Operations -
Technical expertise in RCS measurement testing and radar operations.
The O&M contractor must have personnel who possess expertise to conduct
all aspects of RCS testing including test planning, target preparation,
set-up, radar operation, computer operations and maintenance, data
reduction, and report preparation. Radar engineers capable of
designing, modifying and repairing radar systems are required. The
contractor must have personnel highly knowledgeable in radar theory,
RCS theory and test methods. (b) Management and Administration - The
contractor must show the capability to provide all management and
administrative functions required to operate RATSCAT. (c) Facility
Operations and Maintenance - The O&M contractor must possess the full
capability to perform preventative and corrective maintenance on all
site real property, real property installed equipment, electronic
equipment, computer equipment and vehicles. (d) Security - The O&M
contractor must have personnel experienced in Department of Defense
security requirements. The facility must be maintained as a cleared
facility. An organizational conflict of interest (OCI) provision will
be incorporated into the contract. The Statement of Work (SOW) issued
with the DRFP has been revised to down scope the basic effort due to a
reduction in the projected test workload. The basic changes to the
original SOW are: 1) Additional test facilities have been placed into
caretaker status. 2) Language has been added requiring the Contractor
to use sub-contracts, part time employees, overtime, and
cross-utilization of personnel to the maximum practical extent in order
to minimize the permanent work force. 3) A Task Order provision has
been added to accomplish RCS target model making, major system
upgrades, minor construction projects, and substantial increases of
test workload which may include occasional operation in Southern
California. 4) The Contractor is now required to apply radar absorbing
materials to test aircraft and may be required to train other
contractors or Government personnel in its application. 5) The National
Industrial Security Program Operation Manual (NISPOM) has replaced the
Industrial Security Manual (ISM). 6) Not all contractor personnel will
be required to obtain Top Secret, Single Scope Background investigation
(SSBI) clearances. 7) Development Engineering support has been changed
to Engineering Services. Minor modifications and upgrades have been
defined and will be performed under the basic contract. 8) Maintenance
will be performed on a non-interference basis with testing. Only items
identified as critical will be maintained at full operational
capability. 9) The Contractor must use Air Force Technical Orders as
guides in accomplishing vehicle inspection and maintenance. 10) A
requirement for the Contractor to provide a ''recognized national
authority in the field of radar signature measurement'' has been added.
11) An expanded cost tracking and reporting requirement has been added.
12) A description has been added for RATSCAT security systems. 13)
Information has been added to show the impact of the new Data
Acquisition and Processing System (DAPS) on the operation of the radar
systems. 14) The test operations requirement has been changed to
require dusk to dawn test operations in order to maximize the available
target data collection time during hours of darkness. 15) The basic
contract will be for a 36 month period with two, one-year options
instead of one, two-year option. (16) The contractor shall provide
photographic services in support of other 46th Test Group Squadrons'
test programs, in addition to RATSCAT. Firms having applicable
interest, should send a written request to receive the solicitation to
AFDTC/PKZB, 205 West D Avenue, Suite 428, Eglin AFB FL 32542-6864,
Attn: Ms Karen Millisor. Only US owned and controlled facilities having
top secret clearance who have registered with and are certified by the
Defense Logistics Services Center, Battle Creek MI 49016-3412,
telephone 1-800-352-3572, will be eligible for award of the contract.
This certification relates to responsibility for the withholding of
unclassified technical data. Proof of certification is required
(DD2345). Under 22 U.S.C. 2751 and 50 U.S.C., Appendix 2401, it is
unlawful to export items containing export-controlled technical data.
For further information concerning technical aspects contact Mr. Floyd
Amburgey or Mr. Walt Miller, 46 TG/TGRP, Holloman AFB NM 88330-7715,
(505) 679-3307. For contractual information contact Ms Karen Millisor,
AFDTC/PKZB, 205 West D. Avenue, Suite 428, Eglin AFB FL 32542-6864.
Col Dennis L. Voss, telephone (904) 882-5966 or E-Mail
VOSS@EGLIN.AF.MIL., has been appointed by the AFDTC Commander to head
offerors' or potential offerors' confidential concerns, if any,
regarding this acquisition. His purpose is not to replace the technical
staff or contracting officer but to serve as an honest broker and
communicate any contractor concerns, issues, disagreements, and
recommendations to the appropriate government personnel. Routine
technical and contracting issues should therefore be directed to the
technical and contracting staff identified in the subject synopsis.
This synopsis is for information and planning purposes only. It does
not constitute an IFB or RFP, and is not to be construed as a
commitment by the Government. Firms (meeting the above stated
certification) who requested a copy of the DRFP will be included on the
source list for the RFP released the latter part of April 1995. Those
contractors who previously responded to the Sources Sought Synopsis,
PKZ-524, published 29 Mar 94, and Notice of Contracting Action,
PKZ-541, published 2 Aug 94, need not respond again. The proposed
product/service standard industrial classification code (SIC Code) for
this acquisition is 8744, (5.0 million). Firms responding to this
synopsis should state whether they are or are not a small business
concern or small disadvantaged business concern as defined in FAR
52.219-1 and 52.219-2, respectively. The Air Force reserves the right
to consider a small business set-aside based on responses hereto.
Responses to this NOCA, from contractors who have not previously
responded as stated above, must be received within 15 days from date of
this publication. (0073) Loren Data Corp. http://www.ld.com (SYN# 0083 19950315\M-0001.SOL)
M - Operation of Government-Owned Facilities Index Page
|
|