Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 20,1998 PSA#2140

Aeronautical System Center, Weapons, Air Base And Range Office, Contracting Division (ASC/VXK), 314 West Choctowhatchee Avenue, Suite 104, Eglin AFB Fl 32542-5717

83 -- MEDIUM SHELTER SYSTEMS SOL F08626-98-R-0030 DUE 100198 POC Contact Ms. Jennifer M. Farmer, Contract Specialist, (850) 882-4685, ext 207 or Mr. Jeffrey D. Cox, Contracting Officer, (850) 882-465, ext 316, FAX number 850-882-9381 E-MAIL: Ms. Jennifer M. Farmer, Contract Specialist, farmerj@eglin.af.mil. The Aeronautical Systems Center, Weapons, Air Base and Range Product Support Office (PSO), Contracting Division (ASC/WMOK), in support of the Air Base Systems Division (ASC/WMO), at Eglin AFB FL has scheduled a second Industry Day for the Medium Shelter System (RFP F08626-98-R-0030) on 11 August 1998. It is scheduled to be held at the Air Base Systems Division, Conference Room, Bldg. 40, 314 West Choctawhatchee Ave., Suite 104, Eglin AFB FL 32542-5717. Only two (2) attendees per company will be allowed. Visit requests are required on company letterhead. The request should list the attendee's name, company name and address, position/title, commercial phone and fax numbers. Requests should be faxed to 850-882-9381, Attn: Jennifer M. Farmer, Contract Specialist, ASC/WMOK. Each company will be assigned a time to meet separately with the Government for a one-on-one meeting. Only pre-approved visitors shall be allowed to meet with the Government. The RFP release is contemplated on or about 31 Aug 98. A Request for Information synopsis was publicized on 18 Dec 96 and modified on 24 Jan 97, 27 Feb 97, and 05 Mar 97. A Sources Sought/Draft RFP synopsis was publicized on 08 Oct 97 and modified on 26 Nov 97. ASC/WMO conducted a formal industry survey and concurrently issued a Commerce Business Daily (CBD) Request for Information (RFI) to ascertain the availability of viable candidates for a Medium Shelter System. Market surveys show that there are suitable industry candidates available to replace our existing bare base shelters. The MSS will replace the current General Purpose Shelter (approximately 1500 sq ft) and will be used for back shops, maintenance facilities, and numerous other general purposes for bare base operations. Potential offerors were given an opportunity to ask questions and supplement the data received in the Request for Information during an Industry Day held at Eglin AFB, FL in Mar 97. A Draft Request for Proposal (DRFP) was issued in Dec 97 via the Eglin RFP Web site. Currently we have 47 sources requesting the Medium Shelter System RFP. Production product samples and written proposals, with Price, will be due 30 days after RFP release. Written proposals with Technical, Logistics, Price, and Past Performance volumes are to be delivered to Eglin AFB, FL. It will be necessary for each offeror to execute a Release of Liability regarding their personnel and property for the critical performance demonstration tests to be conducted at Aberdeen Test Center, Aberdeen, Maryland. This competitive acquisition will be a total Small Business set-aside. We anticipate awarding one "Best Value", Firm Fixed Price (FFP), 10 year contract. However, we reserve the right to make no award. The testing of the product samples (a proposal event) at Aberdeen, will be a critical performance demonstration test. All test data will be used in the proposal evaluation to determine best value to the Government. Erectability data gathered during the demo tests and all site survey information collected will be used during the source selection technical proposal evaluations. Program information shall be placed on the internet as it becomes available, to include the RFP, Test Plan with methodology, critical performance demonstration tests, site survey information, and evaluation criteria with factors and standards that will be used to evaluate proposals. Critical Performance Demonstration Requirements: (a) Product Sample -- must be the product that is proposed. Offerors will not be reimbursed for product sample. Product samples will be subjected to four (4) critical pass/fail performance tests. They are: (1) Weight and Packed Volume/463 L pallet configuration; (2) Wind Load testing of 65 MPH winds; (3) Rain test, and, (4) snow load of 10 lbs per sq ft. These critical demonstration tests results will be used with proposal evaluations and site visits to determine which offerors are in the competitive range. Offerors will NOT be allowed to alter or redesign their delivered product sample. Any repair will be documented and used in the evaluation process. (b) During the product sample performance testing, the contractors will have the opportunity to erect their own shelter and observe testing of their shelter. Shelters will be in one location for ease of testing. Unauthorized individuals will not be allowed inside any of the candidate shelters. Approximately 10-12 Government personnel along with the source selection team members will be involved in the critical performance demonstration tests. Threshold and objective information will be in the System Performance Spec and products will be tested to the Threshold or minimum, requirements. If the contractor submits testing data to substantiate their claims of their product meeting any of our "Objectives", it will be considered during the proposal evaluations. It is not our intent to test products to failure. However, if a product fails to meet a threshold test and is damaged, the government will not be liable for any product damage during the testing process. Upon completion of these tests the source selection team will reconvene at Eglin AFB, FL, evaluate proposals and determine which candidate systems are in the competitive range. It is the Government's intent to award without discussions, however, the Government may enter into discussions with offerors in the competitive range. Site Visits -- Offerors must have an established manufacturing facility and production processes in place, with documented production rates, within the US as required by the Berry Amendment and verifiable by the Government. Site visit information will be used in the Technical Factor T-2 evaluation. Offerors will be debriefed, if requested, after the source selection, or elimination from the competitive range, and all significant strengths and weaknesses identified during the evaluation will be discussed. Best Value determination will be based upon overall product sample/proposal evaluations including: (a) Critical performance demonstration testing of product samples. (b) Proposal evaluations including price. (c) Site Visits (d) Past performance information. Upon contract award, the government will procure 2 test items from the selected offeror. These systems will then be subjected to other performance parameter tests as outlined in the System Performance Specification and the Test Matrix. Upon successful completion of performance parameter testing at Aberdeen Test Center and operational field testing, contract options for Qualifying Operational Test & Evaluation (QOT&E) units will be exercised. Upon successful completion of QOT&E, a full rate production option for FY00 will be exercised. A maximum of 500 Medium Shelter Systems can be procured through this contract. The Medium Shelter System Program has been streamlined to the maximum extent possible. Maximum trade space has been given to potential offerors to propose their "best commercial" approach. There are no MIL STDs or MIL SPECS. Contractor format is encouraged on data information. This streamlined, Commercial Item acquisition strategy enables the Government to field the Medium Shelter System at minimum development cost/price. This procurement is a "best value" and even though cost is a significant factor, award may not go to the lowest offeror. The Medium Shelter System (MSS) RFP will be released electronically on the Eglin AFB Website. Significant RFP information shall be placed on the website in coordination with the date of this CBD announcement. The website address is http: eglinpk.eglin.af.mil OPS RFP.HTM. IF YOUR FIRM DOES NOT HAVE INTERNET CAPABILITIES FOR ACCESS, PLEASE PROVIDE A WRITTEN REQUEST FOR A COPY OF THIS RFP. Written requests may be mailed to ASC/WMOK, Attn: Ms. Jennifer M. Farmer, 314 W. Choctawhatchee Ave., Bldg. 40, Eglin AFB FL 32542-5717 or via fax at (850) 882-9381. An Ombudsman has been appointed to address concerns from Offerors or potential Offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the Program Manager or of the Contracting Officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman neither participates in the Source Selection nor makes decisions regarding the Source Selection. Potential offerors are invited to contact Ombudsman Colonel Richard Moriyama, AFDTC/CDS, at (850) 882-4160 or fax at 850-882-3465 with serious concerns. The Ombudsman's address is: AFDTC/IG, 101 West D. Avenue, Suite 123, Eglin AFB FL 32542. Technical point of contact is Ms. Joan Sanders, Program Manager, at (850) 882-4686 ext 319, email address sandersn@eglin.af.mil. Contracting point of contact is Ms. Jennifer M. Farmer, Contract Specialist, (850) 882-4686 ext 207, email address farmrj@eglin.af.mil or Mr. Jeffrey D. Cox, Contracting Officer, (850) 882-4686, ext 316, email address coxjd@eglin.af.mil, FAX number 850-882-9381. Firms responding to this synopsis should refer to F08626-98-R-0030 and state whether they are a large business, a small business, or a small disadvantaged business concern as defined by Classification Code 83-500 Empl. Telephone requests will not be honored. Numbered Notes 1 and 25. ***** Posted 07/16/98 (W-SN224615). (0197)

Loren Data Corp. http://www.ld.com (SYN# 0434 19980720\83-0002.SOL)


83 - Textiles, Leathers, Furs, Apparels, Shoe Findings, Tents and Flag Index Page