|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 29,1998 PSA#2126Asc/Pkwr Area C Bldg 1 Rm 111, 1940 Allbrook Drive Ste 3,
Wright-Patterson Afb Oh 45433-5309 L -- SENSOR NETWORK SYSTEMS MAINTENANCE SOL F33600-98-R-0094 DUE
082498 POC For copy, P. Strader/Pkwre/[937]257-2698, For additional
information contact P. Strader/Pkwre/[937]257-2698 The National Air
Intelligence Center (NAIC), Wright-Patterson Air Force Base, Ohio
45433-5648, is contemplating a base performance period and 4 one-year
options contract, to provide technical services to the Imagery
Production Laboratory (IPL) for its imagery process control and
monitoring sensor systems. Potential sources must be able to provide
the following: (1) Technical expertise in providing Quick Reaction
Capability (QRC) for specific scheduled preventative and unscheduled
maintenance to include component and system adjustment, calibration,
cleaning, lubrication, programming, verification of equipment control
action, development and testing of software protocol, installation,
modification, and technical assistance pertaining to laboratory
instrumentation; (2) engineering services relating to the
interconnection network of Manufacturing Automated Supervisor/Control
(MAS/C), SCAN 3000u Monitoring Base and Control System, Chemical
Distribution System (CDS), and IPL sensor network systems, flow
control, units, signal conditioners, flow instrumentation, temperature,
level and speed indicators, and system interfaces; (3) Ability to
obtain Top Secret/Sensitive Compartmented Information (TS/SCI)
clearances for personnel assigned to work within the NAIC Sensitive
Compartmented Information Facility (SCIF) in accordance with Industrial
Security Manual (DOD 5220.22m) by contract award. The NAIC is
contemplating a sole source contract with Honeywell Incorporated,
Dayton, OH. The approximate issue/response date will be 24 Jul 98. No
telephone requests. Only written or faxed requests received directly
from the requestor are acceptable. All responsible sources solicited
may submit a bid, proposal, or quotation which shall be considered.
Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
required are available from only one or a limited number of
responsible source(s) and no other type of supplies or services will
satisfy agency requirements. The proposed contract action is for
supplies and services for which the Government intends to solicit and
negotiate with only one, or a limited number of sources under the
authority of FAR 6.302. Interested persons may identify their interest
and capability to respond to the requirement or submit proposals. This
notice of intent is not a request for competitive proposals. However,
all proposals received within forty five-days (thirty days if award is
issued under an existing basic ordering agreement) after date of
publication of this synopsis will be considered by the Government. A
Determination by the Government not to compete this proposed contract
based upon responses to this notice is solely within the discretion of
the Government. Information received will normally be considered
solely for the purpose of determining whether to conduct a competitive
procurement. Security clearance will be required of all bidders
offerors. Mr. Stephen J. Plaisted has been appointed as Ombudsman to
hear concerns from offerors, or potential offerors, during the proposal
development. The purpose of the Ombudsman is to communicate contractor
concerns, issues, disagreements, and recommendations to the
appropriate government personnel. Existence of an Ombudsman does not
diminish the authority of the program director or the contracting
officer. Accordingly, the Ombudsman does not participate in the
preparation of solicitations, the evaluation of proposals or the source
selection process and, therefore, for routine matters on individual
solicitations, please contact the buyer at the telephone number listed
above. When requested the Ombudsman will maintain strict
confidentiality as to the source of the concern. Should you desire to
contact the Ombudsman, Mr.Plaisted can be reached at (937) 255-9095,
DSN 785-9095. His address is 1790 10th Street, Room 208,
Wright-Patterson AFB, OH 45433. Posted 06/25/98 (0176) Loren Data Corp. http://www.ld.com (SYN# 0046 19980629\L-0001.SOL)
L - Technical Representative Services Index Page
|
|