|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 1,1999 PSA#2292Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 R -- REO IN-SERVICE ENGINEERING SOL N00244-99-R-0170 POC Jo Escalera,
Code 2701, A/C 619-532-2558 E-MAIL: Click here to contact the
contracting officer via, jo_c_escalera@sd.fisc.navy.mil. The Fleet and
Industrial Supply Center, San Diego CA is Issuing this "Market
Research -- Sources Sought" synopsis as specified in FAR Part 10 and
for obtaining sources capable of performing the requested work
requirement. Industry comments regarding this effort may be considered
in the final procurement package. Preliminary draft copies of the
Statement of Work and the Labor Category/Man-hours, along with the
Market Research Notice, are now available from the Bid Officer at
fiscsd_bid_officer@sd.fisc.navy.mil or the Contracting Officer,
jo_c_escalera@sd.fisc.navy.mil. Direct all information via email or
FAX, to the attention of the Contracting Officer, Ms. Jo Escalera. FAX
number is 619-532-2287. Please provide your business status (Large,
Small Business or Small Disadvantaged Business). Also include a
complete company address, point of contact, telephone number and email
address. The Government anticipates a Pre-Proposal Conference, Oral
Presentations of Technical proposals, and Best Value Source Selection.
The proposed contract will be an Indefinite Delivery/Indefinite
Quantity, Multiple Award contracts as specified in FAR 16.504(c) and
the task order procedures of FAR 16.505(b)). The period of performance
is a Base and Four 1-Year Option Years. The Base Year performance
period is anticipated to commence on 01 October 1999. The results of
the Market Research will be considered by the FISC-SD Small Business
Spcialist in establishing the FSC and SIC. The proposed contract is for
the REO Design, Development and In-Service Engineering in support of
the Research and Engineering Office North Island (REO NORIS). The REO
NORIS is tasked with providing product design and development, and
product In-Service Engineering (ISE) support services for various US
Navy and other Department of Defense (DOD) owned systems. Platforms
supported include but are not limited to: F/A-18, E-2, S-3, and Air
Combat Electronics (ACE), Support Equipment (SE), platform Peculiar
Support Equipment (PSE), Common Support Equipment (CSE), and Aircraft
carrier based Launch and Recovery Equipment (ALRE). REO customers are
Navy and other DOD platform Program Managers, Navy maintenance
activities (Operational, Intermediate, & Depot), Foreign Military Sales
(FMS) clients, and other DoD maintenance activities. The contractor is
required to be proficient in the use of the most currently available
(by commercial means) Microsoft Office suite of software (Word, Access,
Excel, PowerPoint and Microsoft Project). The contractor is also
required to be proficient in the use of ATLAS compilers and Automatic
Test Program Generators (ATPG) such as the Logic Automated Stimulus and
Response (LASAR) and the Hierarchical Integrated Test Simulator (HITS).
The contractor is required to be proficient in providing systems
administration services for Windows NT, UNIX, Novell Netware, VAX/VMS,
and World Wide Web environments. The contractor is required to be
proficient in C, C++, L200, UNIX, Scripts, Hyper Text Markup Language
(HTML), Automated Technical Information (ATI), PERL, Oracle, Lotus
Notes, Access, AutoCAD, CMPro, Corel Draw, Fortran, Visual Basic, and
Visual dBase computer languages. The Contractor must maintain the
ability to remain proficient in new state of the art or emerging
software. The Contractor is required to provide technical, logistics,
engineering and scientific support to the Support Equipment and
Aircraft Launch and Recovery Equipment (SE & ALRE) Department. The
engineering/technical support of the proposed Statement of Work
consists of: In-Service Engineering Studies; Research Studies; Test and
Evaluation Studies; Maintenance Methodology Studies; Technical
Documentation Support Services; Duplication Support Services;
In-Service Engineering; Product Support; Logistics Support Services;
Configuration Management; Management Support Services; Implementation
Support; Customer Site Support; Management Processes; Equipment
Maintenance; Design Requirements; Development Requirements; and Product
Support. This announcement is for information and planning purposes
only, and does not constitute an RFP. Nothing in this notice shall be
construed as a commitment by the Government. Posted 02/23/99
(W-SN301614). (0054) Loren Data Corp. http://www.ld.com (SYN# 0082 19990301\R-0010.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|