Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 16,1995 PSA#1304

AFDTC/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