Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 30, 2000 PSA #2716
SOLICITATIONS

A -- JOINT MUNITIONS EFFECTIVENESS MANUALS

Notice Date
October 26, 2000
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL -- Eglin Research Site, 101 West Eglin Blvd, Suite 337, Eglin AFB, FL, 32542-6810
ZIP Code
32542-6810
Solicitation Number
MNK-01-004
Response Due
November 9, 2000
Point of Contact
Ryan Johnson, Contract Specialist, Phone 850-882-4294x3405, Email samuel.johnson@eglin.af.mil -- Ryan Johnson, Contract Specialist, Phone 850-882-4294x3405, Email samuel.johnson@eglin.af.mil
E-Mail Address
Ryan Johnson (samuel.johnson@eglin.af.mil)
Description
JOINT MUNITIONS EFFECTIVENESS MANUALS (JMEMS). Sources are sought that have capabilities to prepare documents for publication and to conduct special research projects. This procurement will support the Joint Technical Coordinating Group for Munitions Effectiveness (JTCG/ME), a tri-service organization under direction of the Joint Logistics Commanders. Documents to be prepared for publication are technical handbooks and special publications. Preparation of these documents will require the contractor to: a. perform mathematical computations using existing computer models that have been authenticated and approved by the JTCG/ME, b. perform art and graphics work, c. prepare draft documents, d. edit documents, e. modify computer models, f. develop CD-ROM products that may be used to present data and calculate JMEM effectiveness data electronically, and g. sanitize electronic media products for release to foreign governments. The contractor will also be required to conduct research studies that are related to the publication of the technical handbooks. These research projects are initiated when data voids are discovered during document preparation. Examples of such research projects are: a. battlefield visibility due to smoke and dust; b. weather effects on battlefield visibility, and; c. reliability and maintainability of hydraulic systems on military vehicles. These special studies vary in duration and require experts with advanced degrees in specific fields of research. These fields include Engineering (Aeronautical, Mechanical, Electrical, Civil), Chemistry, Mathematics and Statistics. The research tasks can be carried out at the contractor's facilities when in the best interest of the Government. Since many of the technical handbooks and CD-ROM products are already published, some of the work will consist of preparing revisions and/or updates. It is required that all revisions and/or updates be in the same format and of the same quality as original publications. These technical handbooks present weapon effectiveness data for air delivered and surface delivered weapons. These documents are generally referred to as the Joint Munitions Effectiveness Manuals (JMEMs). The contractor shall be required to install JTCG/ME approved programs on the Government provided computer systems at Eglin AFB and the Aberdeen Proving Grounds, and to verify proper operation of these programs. The contractor may also be required to prepare and document computer models based upon mathematical models provided by the JTCG/ME and in some cases those developed by the munitions contractors. The contractor shall serve as custodian of all JTCG/ME computer models and all master copies of published documents. The contractor will be required to modify documents for release to foreign countries as directed by JTCG/ME. This work will usually require document editing and revising as specified by the appropriate DOD agency. The contractor will be required to prepare presentation aids and instructions to various service schools and agencies on use of technical handbooks and products. The contractor will be required to provide data collection, storage and retrieval services for information that is used in preparation of publications. The majority of this effort deals with revisions, changes, and updates of manuals for Surface-to-Surface (JMEM/SS), Air-to-Surface (JMEM/AS), Anti-Air (JMEM/AA), and Target Vulnerability (JTCG/ME TVM). The major manuals of concern are as follows: a. JMEM/SS; 1. Methodology and Evaluation; 2. Reliability; 3. Delivery Accuracy. b. JMEM/AA; 1. Missile Evaluation; 2. Gun Evaluation; 3. Aerial Target Vulnerability; 4. Methodology, c. JMEM/AS; 1. Methodology; 2. Helicopter; 3. Small Computers; 4. Systems Characteristics; 5. Delivery Accuracy; 6. Target Vulnerability; 7. Target Acquisition. These manuals are constantly being reviewed, changed and/or revised. The work associated with this project shall be performed at both Eglin AFB, FL and Aberdeen Proving Ground, MD using Government-provided facilities. The analytical function for the JMEM/SS will be accomplished at the Aberdeen Proving Ground, MD facility. The analytical functions for JMEM/AS, JMEM/AA, and JTCG/ME TVM will be accomplished at the Eglin AFB, FL facility. The publication and graphics support functions will be accomplished at the Eglin AFB, FL facility. Office furniture, office equipment, supplies, utilities, computer support, photographic support, printing support, and special equipment deemed necessary by the Government will be provided by the Government. Historically, there has been a 42-50 man year level of effort required to conduct this work. It is estimated that 50-55 trips (TDYs) away from Eglin AFB and Aberdeen Proving Ground will be required per year. A secret security clearance will be required for all personnel working on this contact. An Organizational Conflict of Interest provision will be included in any resultant contract. It is anticipated the period of performance will be 60 months total to include a basic 36 month period with one 24 month option. Firms interested in this effort must respond with a complete capability/qualifications package, in accordance with Numbered Note 25, describing the company_s technical expertise and experience to accomplish the work described above. Responses submitted should be in one copy only and must be received within 15 days from the date of publication. Responses should be sent to AFRL/MNK, 101 W. Eglin Blvd, Ste 337, Eglin AFB, FL 32542-6810, Attn: S. Ryan Johnson, e-mail: samuel.johnson@eglin.af.mil. Any non-technical and/or contractual questions should be referred to the above individual at (850) 882-4294 ext 3405. Technical questions may be directed to AAC/ENM, Bill Swift, (850) 882-4455, ext 3300. e-mail: william.swift@eglin.af.mil or Dan McInnis, (850) 882-4151, ext 3262, e-mail: daniel.mcinnis@eglin.af.mil. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to communicate his/her concern during the proposal development phase of this acquisition. Potential offerors should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman. Potential Offerors are invited to contact AFRL_s Ombudsman, Lt Col Mary T. Quinn (850)882-4294 ext. 3420 with serious concerns only. Direct all requests for solicitations and routine communication concerning this acquisition to S. Ryan Johnson, Contracting Specialist, AFRL/MNK, 101 W. Eglin Blvd, Ste 337, Eglin AFB FL 32542-6810. This synopsis is for information and planning purposes only and does not constitute an IFB or RFP and is not to be construed as a commitment by the Government. Firms responding to this synopsis should state whether they are or are not a small business concern as defined by NAICS code 541710 with a size standard of 500 employees. After statements of capability have been screened, a solicitation will be issued to those prospective sources who, in the sole judgement of the purchasing activity, have the potential of successfully fulfilling the requirements of the planned contract. This requirement may be pursued sole source if Air Force determines that only one source is capable of satisfying requirements. See Notes 25 and 26.*****
Web Link
Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&ProjID=MNK-01-004&LocID=1362)
Record
Loren Data Corp. 20001030/ASOL012.HTM (D-300 SN5052J0)

A - Research and Development Index  |  Issue Index |
Created on October 26, 2000 by Loren Data Corp. -- info@ld.com