|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 22,1997 PSA#1935FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St.,
Suite 600, Norfolk, VA 23511-3392 J -- ENGINEERING, TECHNICAL SUPPORT SERVICES SOL N00189-97-R-0097 DUE
100697 POC Ms. P. Spruill, Contracting Officer, (757) 444-4006
Engineering, technical, data and non-personal support services required
for effective overhaul, installation, maintenance, groom and repair of
Surface Ship Anti-Submarine Warfare (ASW) and Surface Ship Mine
Warfare Systems as required by the Fleet Technical Support Center,
Atlantic, Norfolk, VA. Services include, but are not limited to, the
Surface ASW and Mine Warfare Systems as follows: Surface Vessel Torpedo
Tubes Mk 32,(all mods), ASROC Launching Group, and Torpedo
Over-the-Side Handling Equipment Strikedown Lift Systems; SSTD/EC-16;
Mk 116 ASW Fire Control {all mods}; AN/SLR-24; AN/BQR-22A Acoustic
Analyzer; AN/SQS-56; AN/WQC-2, and 6; Kingfisher Modifications; OK-520
Common Winch; Sonar On-board Trainers; AN/SSQ-94; AN/ARR-75 Receiver;
AN/SLQ-37,38,48 Mine Countermeasures; AN/UQN Series Fathometers;
AN/SQQ-34 ASWM 4.2; AN/BQH-7; AN/UQX-5 FTAS; AN/UYK-7; AN/SKR-4
Receiver; AN/WQN-1; AN/SQQ-14, 30, 32; AN/SSQ-56/60/61; AN/UYK-20;
RD-358; USH-26; OJ-452; AN/SSN-7 Location & Tracking Unit; AN/SKR-6A
Receiver; AN/SLX-1 MSTRAP; Torpedo Doors; Control Panel Mk 309; and,
AN/SLQ-25 Series on Atlantic and Pacific Fleet ships, Foreign Military
Sales (FMS) and shore facilities. Support shall be provided for all
current and future variations and modifications of these systems.
Support shall also involve related trainer, ancillary equipment,
interfacing systems, and similar systems that produce data useful to
these ASW and Mine Warfare Systems. In addition to the above, the
contractor shall provide Blue Collar Hardware installation Services for
all ASW and Mine Warfare Systems. Typical tasks may be: Fleet Support,
Installation Engineering and Support, Intergrated Logistics Support,
System Engineering, Hardware Test and Evaluation, Software Life-cycle
Support, Reliability, Maintainability, Availability and Quality. It is
anticipated that the level of effort estimated during the term of the
contract will be 681,000 man-hours of direct labor including
authorized subcontract labor and overtime, if any. The Government
intends to negotiate an Indefinite Delivery/Indefinite Quantity type
contract with cost-plus-fixed fee pricing provisions for a base year
and four one-year options. Oral presentation of technical proposals
will be incorporated as part of the solicitation requirement. This
requirement will be issued under full and open competition procedures.
FAR clause 52.217-8, Option to Extend Services, will be incorporated
into the solicitation/contract. All responsible offerors may submit an
offer which shall be considered by the agency. The solicitation will
be available for downloading from FISC Norfolk webpage address:
www.nor.fisc.navy.mil on or about 6 October 1997. Offerors are
encouraged to download the solicitation and any subsequent amendments
from the FISC Norfolk webpage; however, prospective offerors that do
not have the electronic capability to download the solicitation should
submit a written or facsimile request to Officer in Charge, Fleet and
Industrial Supply Center, Detachment Hampton Roads, 1968 Gilbert
Street, Suite 600, Norfolk, VA 23511-3392, attention bid clerk, Code
02H7C5. Facsimile requests to (757) 445-1761, attention bid clerk.
Refer to the solicitation N00189-97-R-0097. Interested parties should
provide their CAGE Code and facsimile number. (0261) Loren Data Corp. http://www.ld.com (SYN# 0029 19970922\J-0005.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|