Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 18,1999 PSA#2348

Fleet & 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 DUE 071599 POC Jo Escalera, Code 2701, A/C (619) 532-2558 WEB: Fleet and Industrial Supply Center, San Diego Contracting, http://www.sd.fisc.navy.mil. 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 formal synopsis for the acquisition of the REO In-Service Engineering 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 Officesuite 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. A preproposal conference will be held at FISC-San Diego on 7 June 1999 from 9:00 A.M. to 11:00 A.M (Building 1, 3rd Floor, Heritage Conference Room), and in the afternoon, a Site Visit will be held at NADEP North Island from 1:00 P.M. to 3:00 P.M. Details will be provided in the solicitation. Please contact the Contracting Officer via e-mail, if you intend to participate in the events of 7 June 1999. Oral presentations of Technical proposalswill be also be held at FISC-SD (dates to be determined). The award will be based on Best Value Source Selection. The proposed contract will be an Indefinite Delivery/Indefinite Quantity. The type of contract will be a Cost Plus Fixed Fee. Multiple Awards are anticipated as specified in FAR 16.504(c), with task order procedures outlined in 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 FSC is R425. It is anticipated that the solicitation will be available by 01 June 1999 on the FISC-SD web page address link below. The solicitation will also be available on the Navy Electronic Commerce Online (NECO) web link http://www.neco.navy.mil. It is the responsibility of the interested parties to independently review the referenced web links frequently for updates to any and all documents. Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any).No paper copies of these documents are anticipated to be issued. It is noted that if sources have responded to the "Market Research -- Sources sought synopsis", published in the CBD-NET of 23 Feb 99 and 05 may 99, you will automatically be included on the BML. The CBD numbered note that applies is Note 26. Posted 05/14/99 (W-SN331982). (0134)

Loren Data Corp. http://www.ld.com (SYN# 0055 19990518\R-0002.SOL)


R - Professional, Administrative and Management Support Services Index Page