Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 13,1999 PSA#2453

Department of the Air Force, Air Force Materiel Command, SMC -- Space & Missiles System Center, 2420 Vela Way, Suite 2420, El Segundo, CA, 90245-4659

R -- TECHNICAL ACQUISITION SUPPORT SERVICES (TASS) SOL F04701-99-Q-AXC2 DUE 111599 POC Jeff Dedrick, Contracting Officer, Phone (310)363-1490, Email jeffrey.dedrick@losangeles.af.mil -- Janice Smets, Secondary POC, Phone 310-363-1491, Email janice.smets@losangeles.af.mil WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&;ProjID=F04701-99-Q-A XC2&LocID=901. E-MAIL: Jeff Dedrick, jeffrey.dedrick@losangeles.af.mil. . The Space and Missiles Systems Center (SMC)/Specialized Contracts Office (AXC) invites prospective contractors to review the Request for Quotation (RFQ) for SMC's approach to fulfilling its centralized Technical Advisory and Assistance Services (A&AS) requirements. It is SMC/AXC's intent to issue multiple Blanket Purchase Agreements (BPAs) incorporating the GSA Federal Supply Schedule (FSS) 70 (Information Technology (IT)). The Standard Industrial Code (SIC)-4813, Communication and Subgroup, Telephone Communication (which includes Satellite Facilities and defines a small business as 1500 employees) will be applicable to this effort. SMC/AXC recommends that contractors form teaming relationships for this effort. In order to be a "team" member each contractor must have a GSA FSS. SMC/AXC anticipates its TASS requirements value to be approximately $300M (million) over the next 5 years. This requirement is for the acquisition of services and support covering the following 6 Core Competencies (and their associated sub-elements): 1) Systems Engineering and Integration (Requirements Analysis, Modeling and Simulation, Systems Safety and Environmental Impact, and Test & Evaluation), 2) Management Services (Configuration and Data Management and Management Service), 3) Specialty Acquisition Support (Manufacturing and Producibility, Quality Assurance, Reliability and Maintainability (R&M), Electromagnetic Interference/Compatibility (EMI/EMC), and Facilities and Ground Support), 4) Integrated Logistics Support (ILS) (ILS Performance Planning, Packaging, Handling, Storage, and Transportation (PHS&T), and Continuous Acquisition and Life Cycle Support (CALS)), 5) Computer Resources and Software (Computer Resources and Software Engineering and Office Automation), and 6) Acquisition Security (Acquisition Security Support, Space System(s) Protection Program Support, Systems Security Engineering (SSE), and Acquisition Security Training, Orientations, and Conferences). Note: Competency #2 -- Management Services will be set-aside for small business participation only. The ordering period under these BPAs is anticipated to be sixty (60) months from BPA award or GSA FSS contract(s) period (including any options), whichever occurs first. The performance period under these BPAs will be up to 12 months beyond the ordering period. Support under these BPAs will be obtained by the issuance of individual Time and Material (contract type) Delivery Orders. Additionally, the Government may incorporate the following Option Clause(s); 1) Option to Extend Services, and, 2) Options to Extend the Term of the Contract into the BPAs for use on the individual Delivery Orders. To prevent conflicting roles which may bias the contractor's judgement or objectivity, or to preclude the Contractor from obtaining an unfair competitive advantage in concurrent or future acquisitions, the Contractor will be required to accept an Organizational Conflict of Interest Clause in the BPAs. Additionally, the BPAs will also contain a Financial Conflict of Interest Clause. The Contractor must possess or be able to obtain an Industrial Facility Security clearance of Top Secret at time of award. Personnel supporting these BPAs must be US citizens and have at a minimum, a Secret clearance. The Contractor must also have several personnel with Top Secret clearances to fulfill some of the anticipated support requirements. The RFQ will be posted on the SMC/AXC's Website http://ax.losangeles.af.mil/axc/ or http://ax.laafb.af.mil/axc/ and the Electronic Posting System (EPS) Website http://www.eps.gov on/or about 15 October 1999. Prospective offerors MUST use either Website to obtain a copy of the final RFQ and its associated Attachments. To be considered, responses must be received by COB (COB is defined as 4 P.M. (1600) Pacific Standard Time (PST)) 15 November 1999. Mail your response in time to assure receipt prior to that deadline to SMC/AXC, 2420 Vela Way, Suite 1467, El Segundo, CA, 90245-4659 or hand deliver your response prior to that deadline to SMC/AXC, 160 Skynet Street, Bldg. 100, Room 1413, Los Angeles AFB, El Segundo, CA 90245-4683. Additional information has also been posted in SMC/AXC's Website. If further information is required, please contact (primary) Mr. Jeff Dedrick at (310) 363-1490 or (secondary) Ms. Janice Smets at (310) 363-1491. Posted 10/08/99 (D-SN390280). (0281)

Loren Data Corp. http://www.ld.com (SYN# 0061 19991013\R-0010.SOL)


R - Professional, Administrative and Management Support Services Index Page