|
COMMERCE BUSINESS DAILY ISSUE OF JULY 9,1996 PSA#1632AFDTC/PKZA, 205 West D. Avenue, Suite 428, Eglin AFB FL 32542-6864 B -- JOINT FEASIBILITY STUDY (JFS) AND TEST AND EVALUATION (T&E)
SUPPORT OF OSD SOL PKZ-615 POC Vicky Dawson, Contracting Officer, or
Jalane May at (904) 882-4141. The Air Force Development Test Center
(AFDTC) is pursuing Director, Test, Systems Engineering and Evaluation
(Test and Evaluation), Office of the Under Secretary of Defense,
Acquisition and Technology to provide support to the Joint Test and
Evaluation program. OSD sponsors the JTE program to conduct test and
evaluations and provide information required by Congress, ISD, the
Unified Commands, and DOD components relative to joint military
operations. The JTE program examines such things as joint tactics,
techniques, and procedures (TTP's) and their implication to
interoperability and equipment modernization issues. The purpose of the
program is to bring two or more Services together to evaluate technical
or operational concepts, to provide information on systems requirements
and improvements, to examines systems interoperability, to develop and
analyze testing methodologies, or to evaluate technical or operational
performance under the realistic conditions of interrupted or
interacting weapons systems. Models, simulations, test beds, and
various types of testing (laboratory, field test, etc.) are used to
obtain and validate data to support JT&E conclusions and
recommendations, The JT&E is composed of three separate but closely
related activities: (1) the nomination, coordination, and consideration
of the nomination for inclusion in the JT&E program, (2) a Joint
Feasibility Study (JFS) to determine the need and feasibility of
approved nominations, and (3) the execution of those approved
nominations that show potential for significant improvements in Joint
military capabilities. The selected contractors will proved support to
the feasibility study and executions activities. Feasibility studies
are funded and directed for 6 months to a year. Typically, OSD will
direct one or more feasibility studies per year. Execution is
accomplished by a chartered Joint Test Force (JTF). Typically, one or
two JTFs will be charted each year, with a requirement to execute the
JT&E within three years. The JFSs and JT&Es are conducted at various
location throughout the United States. The nature of the activity and
the preferences of the Service/Activity which nominated the JFS or JT&E
will dictate its location. Thus at any given time, there may be as many
as 10 different activities (JFSs and JT&Es) being supported in a wide
variety of locations. Typical contractor support includes: (1) Conduct
of Test and Evaluation Feasibility Studies and Analysis Plans for
Assessment, (2) Development of Outline and Detailed Test Plans, (3)
Development of Data Management and Analysis Plans, (4) Modeling and
Simulation Expertise, (5) Field Test Execution, to include: test
planning and set-up, (6) Test execution, (7) Data Collection (including
data authentication): On-site analysis by Subject Matter Experts, full
range of logistics, resource and administrative support to the JT&E,
and Preparation of Test and Evaluation Reports and briefings of final
JT&E, and Preparation of Test and Evaluation Report and briefings of
final JT&E, results. Administrative, resource, logistic and management
support to the chartered organization. A responsive offeror must
demonstrate a capability to expeditiously bring together the resources
required to temporarily establish an organization, at a site anywhere
in the United States staffed with a wide range of supporting personnel
skills including: experienced senior engineering, scientists and
analysts, experts in a wide variety of Joint and Service specific
military operations and equipment, instrumentation technicians, data
collectors and management personnel. For any given test, it is
anticipated there will be a core cadre of management and analysts,
supplemented by varying numbers of temporary personnel for field test
support. The contractor may be required to establish and equip
temporary (or test duration) office facilities for both the contractor
and the government JTF. The proposed services will be obtained by
indefinite delivery/indefinite quantity, competitively negotiated
contracts with periods of service of two (2) years with three (3)
option years, beginning approximately 1 March 1997. Work is expected to
be continuous and involve multiple, simultaneous projects, however,
intermittent schedules may be necessary. Based on responses to this
announcement we anticipate that more than three contacts will be
awarded, including: Small Business set-side, Section 8 (a) competition,
and full and open competition. Individual delivery orders will be
issued by the Contracting Officer's Technical Representative. Work will
involve Phase I Feasibility Studies, based on selection for test Phase
II test and evaluation. Feasibility Studies and Test and Evaluation
may have headquarters located anywhere in the Continental United States
- Principal investigators under this contract must have verifiable
extensive research in Test and Evaluation, with preference given to
those with experience in the aforementioned areas. Respondents meeting
these minimal requirements will be sent a Request for Proposal (RFP)
on or around 1 August 1996, with proposals due on or around 16
September 1996. This procurement is subject to funds availability. The
factors to be used in evaluating the proposals and their relative
order of importance will be included in the RFP. Respondents to this
notice of contract action must fully document their ability to satisfy
all aforementioned requirements and the entire range of services
anticipated under this contract. Colonel Doug Ferris (904-882-5966) has
been appointed by the AFDTC Commander to hear offerors' or potential
offerors' confidential concerns, if any, regarding this acquisition.
The Ombudsman's purpose is not to replace the technical staff or
contracting officer but to serve as an honest broker and communicate
any contractor concerns, issues, and disagreements to the appropriate
government personnel. Routine technical and contracting issues should
therefore continue to be directed to the technical contracting staff
identified elsewhere in this synopsis. For information regarding the
technical aspects of this requirement, contact Mr. W Thomas,
1-800-522-6937 (Extension 2826). For contractual information, contact
Ms Vicky Dawson, or Jalane May, AFDTC/PKZA, 904-882-4141. Firms
responding to the synopsis should state whether they are a Small
Disadvantaged Business or Small Business concern as defined by FAR
52.219-1, 52.219-2, and SIC Code 8731 with a standard of 500 employees.
Interested firms should submit sufficient information which will permit
evaluation of technical capabilities in writing to AFDTC/PKZA, Attn:
Vicky Dawson 904-882-4141 or by facsimile machine number 904-882-5757.
Written responses to this NOCA synopsis must be received by 15 days
from date of publication of this announcement. Those contractors who
responded to the 21 April 1996 synopsis need not respond again. Collect
calls regarding this synopsis will not be accepted. Note 25 and Note 26
(0187) Loren Data Corp. http://www.ld.com (SYN# 0005 19960708\B-0001.SOL)
B - Special Studies and Analyses - Not R&D Index Page
|
|