|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 5,1995 PSA#1424AFDTC/PKZB, 205 West D Ave, Ste 428, Eglin AFB FL 32542-6864 M -- M-RANGE TARGET SUPPORT SOL F08635-96-R-0003 POC PAULA TUTWILER,
CONTRACTING OFFICER, AT 904 882-4603 OR MARILYN KOSER, CONTRACT
SPECIALIST, AT 904 882-4141. The Air Force Development Test Center
(AFDTC) is pursuing the conversion of current civil service support of
range target operations to a contract activity based on an OMB
Circular A-76 study. AFDTC contemplates release of an RFP for the Range
Target Support during October 1995 (the requirement was previously
synopsized on 17 August 1995). Range Target Support consists of
complete maintenance and operation of target vehicles in support of
on-site at Eglin and off-site testing at locations throughout the CONUS
and related range support. Testing will consist of non-destructive and
destructive testing using a fleet of foreign and U.S. military
vehicles in operational configurations to support the evaluation of
seeker/sensor systems, munitions warheads, complete weapon systems, and
related uses of such targets. The contract will provide for the
complete maintenance, repair, transportation, operation, configuration
control, vehicle acquisition, security, safety, parts acquisition and
fabrication, maintenance status, environmental compliance, and related
activities for all vehicles. The range of vehicles includes foreign and
U.S. tanks, trucks, armored personnel carriers, self propelled
howitzers, air defense units, surface-to-surface tactical missiles, and
related ground vehicles. Target signature augmentation and simulation
support for mobile targets is required, as well as fuel delivery to
targets, transporting support equipment, and removing and disposing of
test debris. Note the requirement for fixed target support previously
included in the 17 August 1995 synopsis has been eliminated.
Contractors responding to this synopsis must either have or demonstrate
the ability to have security clearances up to the SECRET level at the
time of contract award. All facilities and equipment including office
furniture, telephones, faxes, copying machines, welders, service
equipment, support vehicles, fork lifts, storage areas, security
containers, installed security equipment, generators, radios, etc. will
be provided by the Government in support of the performance of this
effort. Extensive off-site travel simultaneously at multiple locations
is contemplated i support of expected test requirements. A cost plus
award fee contract with cost reimbursable line items for a basic
two-year period with three one-year options is anticipated. Written
responses to this NOCA synopsis must be received within 15 days from
the date of publication. Those contractors who responded to the 17
August 1995 synopsis need not respond again. Firms having applicable
interest should send a written request to receive the solicitation to:
AFDTC/PKZB, 205 West D Avenue, Ste 428, Eglin AFB FL 32542-6864, Attn:
Marilyn Koser. The proposed product/service Standard Industrial
Classification Code (SIC Code) for this acquisition is 8744 ($20
million). Firms responding to this announcement should indicate whether
they are or are not a Small Business concern or a Small Disadvantaged
Business concern as defined in FAR 52.219-1 and 52.219-2. The Air Force
reserves the right to consider a Small Business Set-Aside based on
responses hereto. Under 22 USC 2751 and 50 USC, Appendix 2401, it is
unlawful to export items containing export-controlled technical data.
Only qualified US contractors who have registered with and are
certified by the Defense Logistics Services Center, Battle Creek, MI
49016-3412, telephone 1-800-352-3572, are eligible to receive this RFP.
An Ombudsman, Colonel Dennis Voss, AFDTC Inspector General, has been
appointed for this acquisition. The purpose of the Ombudsman is to be
responsive to the concerns of offerors or potential offerors when the
offeror prefers not to use established channels to communicate his/her
concerns in the proposal development phase of this acquisition. His
purpose is not to replace the technical staff or contracting officer
but to serve as an honest broker to communicate contractor concerns,
issues, recommendations or disagreements to appropriate Government
personnel. The Ombudsman will maintain strict confidentiality as to the
source of the concern when requested by the offerors. The Ombudsman
will not participate in the evaluation of proposals or source selection
decision process for this acquisition. Companies are invited to contact
Colonel Voss at telephone (904) 882-5966 or E-mail Voss@EGLIN.AF.MIL.
For additional information regarding the technical and programmatic
aspects of this solicitation, contact Ms. Judie Sandelin, 46 TW/TST,
904-882-2591. For contractual information, contact Ms. Paula Tutwiler
at 904-882-4603 or Marilyn Koser at 04-882-4141. This NOCA synopsis is
for information and planning purposes only. It does not constitute an
IFB or RFP and is not construed as a commitment by the Government.
(0243) Loren Data Corp. http://www.ld.com (SYN# 0076 19950901\M-0004.SOL)
M - Operation of Government-Owned Facilities Index Page
|
|