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