Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 18,1995 PSA#1413

Electronic 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