|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 18,1995 PSA#1413Electronic Systems Center/AVK, Contracting Division, Command & Control
Systems, 20 Schilling Circle, Hanscom AFB, MA 01731-2816 63 -- HAND HELD THERMAL IMAGER SOL F19628-95-B0003 POC Capt. Suzanne
O. Staugler, Contract Manager, 617-377-6654: Mr. Kent W. Kinal,
Contracting Officer, 617-377-6607. The Air Force has a requirement for:
Hand Held Thermal Imagers (HHTI)to include the HHTI unit, accessories,
training, non-rechargeable power source or battery kit, and Interim
Contractor Support (ICS) as part of the requirements of the Tactical
Automated Security System (TASS) Assessment function. A developmental
effort is not contemplated and the use of commercial-off-the-shelf and
non-developmental items is requested to the fullest extent possible.
The Air Force anticipates the acquisition of a minimum of 100 units
with the potential for the acquisition of additional units through the
use of a Firm Fixed Price, Indefinite Delivery/Indefinite Quantity
(ID/IQ) contract. The HHTI must be a portable, lightweight, direct
view, passive thermal imaging system which can assist security
personnel in assessing the cause of alarms emanating from intrusion
detection sensors deployed under the TASS. The HHTI must meet
operational requirements in all weather conditions during daylight,
darkness, or in ''dirty'' battlefield conditions. The Government will
procure a minimum of seven one day HHTI operators' training courses.
All seven courses will be conducted on-site at various CONUS and OCONUS
locations. Additionally, the Government will procure an all-risks
Interim Contractor Support (ICS)which must provide for the repair or
replacement of failed HHTI units within 30 days after return to the
Contractor. The Air Force will use the two-step IFB process for this
acquisition. Final acquisition documents such as the Specification,
SOW, Test Amendment, Information to Offerors,and and the Evaluation
Criteria, will be posted on the Hanscom Electronic Bulletin Board
(HERBB) on or about 1 Sep 95. A draft delivery schedule and proposed
quantities will also on HERBB and is provided for planning purposes
only. Release of the final HHTI documents will constitute the formal
Request For Technical Proposals (RFTP) for this acquisition and is the
first step of the two step process. All documents and correspondence
will be posted on HERBB. The HERBB telephone number is (617)274-0500.
Potential bidders are requested to submit their company name, address,
point of contact, phone number, and fax number to ESC/AVK, 20
Schilling Circle, Hanscom AFB,MA 01731-2816, ATTN: F19628-95-B0003 in
order for the bidder's mailing list to be compiled. As a part of the
RFTP, the Government requires four HHTI units to be submitted as bid
samples. These bid samples will be retained by the Government for the
duration of the technical proposal analysis period to undergo technical
evaluation and testing IAW the HHTI test amendment, Specification, and
SOW The technical proposals shall not include pricing information. The
proposals and FOUR bid samples must be delivered to ESC/AVK, 20
Schilling Circle, Hanscom AFB, MA ATTN:F19628-95-B0003 by 12:00PM
Eastern Daylight Savings Time no later than 30 days after the release
of the RFTP. It is anticipated that the second step of the process will
be issued after 15 Dec 95. In the second step of this acquisition, only
bids based upon technical proposals determined to be acceptable as a
result of the technical proposal review will be considered for award.
Each bid in the second step must be based on the bidder's own technical
proposals. Offerors must submit proposals in the first step of this
process that are acceptable without additional explanation or
information, since the Government may make a final determination
regarding a proposal's acceptability solely on the basis of the
proposals submitted to the Government. As such, the Government may
proceed with the second step without requesting further clarification
by an offeror. However, the Government may request additional
clarification on proposals that it considers reasonably susceptible of
being made acceptable, and may discuss proposals with the offerors in
order to clarify anything in the proposals. Be advised that
negotiations will not take place as part of the two step sealed bid
process. Only one technical proposal may be submitted by each offeror.
Technical Proposals must indicate whether the concern is a large,
small, disadvantaged, or women-owned concern and specify a contact
person with their telephone number. For this acquisition, a concern
will be considered small if its number of employees does not exceed
750. Additionally, sources shall indicate if they are US or foreign
owned/controlled. An Ombudsman has been appointed to hear concerns from
offers or potential offers 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 the proposals or in the source selection process.
Interested parties are invited to call Colonel Claude Messamore at
(617)377-5106. The Ombudsman should only be contracted with issues or
problems that have previously been brought to the attention of the
program manager and/or the contracting officer and could not be
satisfactorily resolved at that level. See Numbered Note(s): 12.
(0228) Loren Data Corp. http://www.ld.com (SYN# 0351 19950817\63-0001.SOL)
63 - Alarm, Signal and Security Detection Systems Index Page
|
|