Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 3,1999 PSA#2275

WEAPONS AND SYSTEMS INTEGRATION SUPPORT SERVICES A Presolicitation Conference and Site Visit will be held at Naval Air Warfare Center Weapons Division (NAWCWD), China Lake, California on Wednesday, February 24, 1999 for the procurement of Weapons and Systems Integration Support Services. This is a follow-on effort to the current contract N68936-96-D-0009, known as the WSSA Support Services Contract. A CBD "Sources Sought" for this procurement was published on 2/12/98 with the number N68936-98-R-0076. The Presolicitation Conference will be held from 7:30 AM -- 11:30 AM, PST, at the Carriage Inn, 901 N. China Lake Blvd, Ridgecrest, CA. Government transportation must be used for the site visit; the transportation will leave from the Carriage Inn promptly at 1:30 PM. Attendance at the Preproposal Conference and Site Visit is limited to two (2) representatives per company. The briefing will be unclassified. The Government may record the Presolicitation Conference on video tape. All visitors to the site must be badged; badges will be issued prior to boarding the Government Transportation to the site. Requests to attend the Presolicitation Conference and Site Visit should be sent by facsimile to the attention of Ms. Joann Walters, 760-446-9431. Attendees must furnish name, phone, Social Security Number, facsimile number and e-mail address on company letterhead. Note any special needs, i.e., transportation for wheel chairs, sign language interpretation, of attendees. Language interpreters will not be provided. Attendance requests received after February 16 will not be processed. The Government anticipates award of a Cost Plus Award Fee (CPAF) Indefinite Delivery Indefinite Quantity (IDIQ) five year contract to a single awardee. The current contract expires 31 March 2000. The performance period of the new contract is expected to begin 1 April 2000 and end 31 March 2005. This acquisition is a 100% Small Business set-aside under the Standard Industrial Classification (SIC) Code 8731, size (aircraft) of 1500 employees. Security requirements will be outlined in the solicitation and will include a TOP SECRET facility clearance. The solicitation will specify that the contractor must maintain a facility within 15 minutes of the main gate at NAWCWD, China Lake. The NAWCWD is the weapons systems integration and software support activity for all assigned aircraft Integrated Product Teams (IPTs). IPTs currently assigned to the China Lake site include the A-6, AV-8B, F/A-18, AH-1 and Special Missions (EP-3, ES-3 and VPU) aircraft. The mission of the IPT is to provide research, development, test, evaluation and integration support for aircraft weapons systems programs, including the software areas of the associated embedded tactical computer systems and related tactical support equipment. The term "aircraft weapons system," in the context of the anticipated contract, is defined as weapons/trainers/sensors and targeting/mission computer/avionics systems and software, including electronic warfare systems, integrated into NAWCWD IPT supported aircraft, as well as associated pre- and post-flight support systems and/or support equipment hardware and software for any of the above. A Weapons Systems Support Facility (WSSF) is an interactive computer system environment, supporting the aircraft IPT. The WSSF provides real-time simulation facilities for the development, design, integration, and testing of avionics, weapons and tactical and mission support equipment software. The NAWCWD has WSSFs for the support of each of the assigned tactical aircraft types. The anticipated contract will provide technical support services to all present and future NAWCWD China Lake aircraft IPTs and WSSFs and their associated aircraft weapons, including foreign military sales (FMS) versions of each aircraft, and related support systems. Through written task orders, the anticipated contract will provide support to China Lake aircraft IPTs in the following general areas: (a) Integration of weapons, avionics, sensors and targeting systems, and system hardware and software (including system research and development); (b) System test/simulator/trainer facility software and hardware design, development, fabrication, integration and operation; (c) Software engineering/development for aircraft computers, avionics, sensors and targeting systems, weapons systems, and mission and system support equipment including Software Quality Assurance, Software Configuration Management and Verification and Validation; (d) IPT program-level support, including special technical research, studies, Quality Assurance, Configuration Management and data and communications management; and (e) Aircraft modifications, and aircraft test instrumentation and telemetry systems design, development, installation, maintenance, service, setup, and operation including ground-based telemetry systems. A draft solicitation will be available electronically only on the Internet prior to the Presolicitation Conference. The draft solicitation, including the draft Statement of Work, may be found through the 2.0 Contracts Competency Home Page http://www.nawcpwns.navy.mil/~contract/rfp-nawc.htm. Draft documents provided on the Internet are for review and comment. The Government is particularly interested in areas where you believe the requirements are ambiguous or overly restrictive. Comments should be addressed to Winnie S. Renta at rentaws@navair.navy.mil. At the conference, every attempt will be made to answer questions. Questions not answered at the conference will be considered during preparation of the final solicitation. Additional questions on the draft solicitation must be received by close of business March 15, 1999. Availability of the official solicitation will be announced in the CBD. The official solicitation is expected to be issued on or about March 25 and proposals will be due on or about May 12. The solicitation will be published electronically on the Naval Air Warfare Center Weapons Division, 2.0 Contracts Competency Home Page. Only documents which cannot be furnished electronically, such as the DD 254, will be furnished in paper copy. The preferred method of communication regarding this acquisition is electronic mail. Questions and comments may be addressed to Winnie S. Renta at rentaws@navair.navy.mil. Telephone calls regarding this solicitation are discouraged, but if it becomes absolutely necessary to phone, Ms. Renta may be reached at 760-446-9427. Posted 02/01/99 (I-SN293341).

Loren Data Corp. http://www.ld.com (SYN# 0505 19990203\SP-0040.MSC)


SP - Special Notices Index Page