|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 29,1999 PSA#2465Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg 1215, Hill Air
Force Base, Ut 84056-5825 J -- AIR TRAFFIC CONTROL TOWER SIMULATOR SOL F42630-99-R-AAAAY POC
Nila J Hatch/Likt/[801]777-6547, For additional information contact
Nila J Hatch/Likt/[801]777-6547 WEB: Click here to obtain/view
solicitation., http://eps.gov. E-MAIL: Click Here to E-mail Buyer*****,
Nila.Hatch@hill.Af.Mil. Air Traffic Control (ATC) Tower Simulators
(T-24) and Part Task Trainers (PTT) (T-25) This announcement
constitutes a sources sought synopsis and Market Research. The
government intends to award a firm fixed price contract for total
Contractor Logistic Support (CLS) to support the T-24 and the T- 25
located at Keesler AFB MS. The government plans to meet with industry
to discuss the requirement and receive early industry input. The
meeting will be 2-3 Nov 99 at Keesler AFB MS. See website. The CLS
minimum requirements are: a. The contractor shall provide fully
qualified CLS personnel necessary to provide total maintenance and
logistical support of the T-24 and T-25. b. The contractor shall be
required to maintain a 95% availability rate. The systems shall be
available 18 hours per day, 5 days per week (246 training days per
year). There are two (2) T-24 Simulators and eight (8) T-25 PTTs. c.
The contractor shall restore any defective equipment affecting the
training equipment to working condition within a 45-minute time frame
from the time of notification. d. The contractor shall maintain a
Quality Program in accordance with ISO 9001 (using ISO 9000-3 as a
guideline for software) or equivalent. e. The contractor shall perform
total maintenance and updates of the Recompetition Support Package
(RSP) which includes spares support equipment, and technical
documentation, software baseline, and any additions. All items to be
maintained in a serviceable condition. f. The contractor shall keep the
trainers and associated assigned maintenance areas in a neat, clean,
orderly, presentable and safe condition. g. The contractor shall
perform or assist with future modifications, both hardware and
software, on the training devices and support equipment. h. The
contractor shall submit all recommended software/hardware changes to
the training equipment through the CLS/PO to the program engineer at
OO-ALC/YWT. i. The contractor shall provide support for instructors in
the operation of the training devices as required to include upgrades
with training for instructors. j. The contractor shall generate a
monthly performance/utilization report listing all of the previous
month activities. In addition, the report shall contain the following
information: trainer power-on time, required availability, actual
availability, utilized time, consumption/usage of spares,
recommendations for additions/deletions to the RSP. This acquisition
will be a successor to and cover the combined efforts under contract
FR41689-98-C-0703 and F41689-99-C-0700. The proposed contract will be
a firm fixed price contract using Lowest Cost Technically Acceptable
(LCTA) procedures and contain a 30-day ramp up period, a one- year
basic contract, and 4 one-year option period. The service Contract Act
will apply. The solicitation, along with all applicable attachments,
will be posted electronically at http://eps.gov. No paper copies of
information will be provided. This proposed procurement is under a 100
percent small business set aside, the size standard for which is 1,000
employees. An ombudsman has been appointed to hear concerns from
offerors or potential offerors during the proposal development phase of
te acquisition. The purpose of the Ombudsman is not to diminish the
authority of the program director or contracting officer, but to
communicate contractor, concerns, issues, disagreements, and
recommendations to the appropriate government personnel. When requested
the Ombudsman will maintain strict confidentiality as to the source of
the concern. The Ombudsman does not participate in the evaluation of
proposals or in the LPTA process. Interested parties are invited to
call Steve Wall if your concerns are not satified by the contracting
officer (801) 777-9123. Attention: Contractor must be registered with
Central Contractor Registration to be eligible for contract award or
payment from any DOD activity. Information on registration and annual
confirmation requirements may be obtained by calling 1-888-227-2423, or
via the Internet at http://ccr.edi.disa.mil. See notes 1, 26
nila.hatch@hill.af.mil or linda.wong@hill.af.mil Electronic procedure
will be used for this solicitation. See our Web page. Posted 10/27/99
(I-SN395364). (0300) Loren Data Corp. http://www.ld.com (SYN# 0058 19991029\J-0026.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|