Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 12,1999 PSA#2344

Naval Air Warfare Center TSD, Code 257, 12350 Research Parkway, Orlando FL 32826-3275

J -- CONTRACTOR OPERATION AND MAINTENANCE SERVICES (COMS) AND OPERATOR AND TECHNICAL INSTRUCTIONAL SERVICES (OTIS) FOR THE KUWAIT AIR FORCE, F/A-18 TRAINING DEVICE, WEAPONS TACTICAL TRAINER (WTT) DUE 052499 POC Contract Specialist -- Gary L. Wood, 407/380-4972; Contracting Officer -- Kathryn J. Dillon, 407/380-4675 E-MAIL: WoodGL@navair.navy.mil, WoodGL@navair.navy.mil. The purpose of this sources sought synopsis is to solicit information as the availability of potential sources to provide Contractor Operation and Maintenance Services (COMS) and Operator and Technical Instructional Services (OTIS) for the Kuwait Air Force, F/A-18 training device -- Weapons Tactical Trainer (WTT) located at Al-Jaber Air Force Base, Kuwait. The COMS/OTIS effort will be for one (1) F/A-18 WTT device only. This effort will include full supply support for COMS and administrative supply support for OTIS. OTIS includes structured on-the-job training (OJT), starting with over-the-shoulder training and progressing towards hands-on technical trouble-shooting and repair for Kuwait Technicians. The period of performance is schedule for two (2) years from 15 May 2000 through 15 May 2002. Contracted Training Time (CTT) is currently planned for eight (8) operating hours per day (OHPD) from 0800-1600 Saturday through Wednesday each week. OTIS will be conducted during CTT and the maintenance shift.No solicitation is available at this time. Organizations responding are requested to submit complete documentation (maximum of five (5) standard pages) discussing the following: (1) All respondents must state whether their company is a large, small, small disadvantaged or minority owned business with respect to SIC Code 8711 ($20M). All respondents who are small, small and disadvantaged or certified 8(a) businesses must: a) provide information on specific capabilities necessary for performance in order to assess whether they have a reasonable chance of submitting an acceptable technical proposal, and b) state whether they are interested in the requirement as a prime contractor or subcontractor. (2) Cost and pricing data is NOT required with this submission. Information received will be considered solely for the purpose of whether to conduct a competitive procurement. The information provided should pertain to this synopsis only. Any information received as a result of this notice will NOT be provided to other contractors. 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. The Government reserves the right, without further consideration, to render a determination of a set-aside for small business or offer this requirement to the 8(a) program based solely on the information received. The Government will NOT pay for any information received in response to this announcement, nor will the Government compensate any respondent for any costs incurred in the development of information provided to the Government. Those firms possessing such experience and capabilities are request to submit the above information in original and one copy to the Contracting Officer at the address above not-later-than 24 May 1999. Facsimile or electronic mail copies will be accepted. Posted 05/10/99 (W-SN329618). (0130)

Loren Data Corp. http://www.ld.com (SYN# 0059 19990512\J-0016.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page