SOLICITATION NOTICE
A -- Predator
- Notice Date
- 11/7/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- ASC/YWK 2300 D Street Wright-Patterson AFB OH, 45433-7249
- ZIP Code
- 45433-7249
- Solicitation Number
- FA8621-04-D6250
- Response Due
- 12/8/2003
- Archive Date
- 12/8/2003
- Point of Contact
- James H. Williams,(937) 255-6987 x3341
- E-Mail Address
-
Email your questions to James.Williams@wpafb.af.mil
(James.Williams@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The Aeronautical Systems Center (ASC) Training Support Product Group intends to award a contract on a sole source basis to Parker International, a SMALL BUSINESS firm, to provide sustainment support of the PC-based Predator operator training system and to perform system upgrades to add capabilities, possibly including, but not limited to, IHUD, Hellfire, Emergency Procedures, sensor enhancements, multifunction work station, Handover/Relief of Station, and Distributed Mission Operations. The Government does not own the data rights for the system and, therefore, cannot compete this effort. The contract to be awarded will cite FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements, as its authority and be supported by an approved Justification and Approval in which Parker International is specified as the sole source for this requirement. This document is in the approval process. The proposed action, FA8621-04-D-6250, is a 60 month IDIQ Firm-Fixed-Price contract for Contractor Logistics Support for the Predator Multi-Task Trainer. The initial order period is for 12 months. Each order following the initial will be a 12 month period January through December 2005 through 2008. The proposed contract will include both on-site and off-site support, software engineering, configuration management, technical support, conduct of progress reviews, attendance at technical interchange meetings, and travel in support of quarterly training sessions to Indian Springs Air Force Auxiliary Field (ISAFAF), Nevada. A SECRET clearance is mandatory to perform this effort. Interested offerors must submit, within 15 days from the publication date of this notice in the CBD, their capability/qualification package describing the company+s technical expertise and experience, personnel and facilities, and motivation for participating in this program. NAICS Code 336413 has been assigned. Respondees to this synopsis shall include their assigned DUNS Number and their Commercial and Government Entity (CAGE) Code (i. e., Federal Supply Code for Mfrs., a five digit code assigned by Cmdr, Def Logistics Service Center, Attn: DECS-CGD, Federal Center, Battle Creek, MI., Ref DOD 5000.12(M)). Responses should be sent to: ASC/YWP, 2300 D Street, Wright-Patterson AFB, OH 45433-7249, Attn: Michael L. Grove. Any questions should be referred to the above Michael Grove, the Contracting Officer at (937) 255-7414 ext. 3396, e-mail Michael.Grove@wpafb.af.mil. Closing date for submission of responses is thirty (30) days from the publication of this notice. SEE READER+S GUIDE NUMBERED NOTES 22 and 25. Numbered Notes: 22. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within 30 days after the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. 25. Information submitted should be pertinent and specific in technical area under consideration, on each of the following qualifications: (1) Experience: An outline of previous projects, specific work previously performed or being performed and any in-house research and development effort; (2) Personnel: Name, professional qualifications and specific experience of scientist, engineers and technical personnel who may be assigned as a principal investigator and/or project officer; (3) Facilities: Availability and description of special facilities required to perform in the technical areas under consideration. A statement regarding industry security clearance. Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the information submitted. For more information on 04D6250--Predator please refer to http://www.pixs.wpafb.af.mil/pixslibr/04D6250/04D6250.asp
- Web Link
-
04D6250-Predator
(http://www.pixs.wpafb.af.mil/pixslibr/04D6250/04D6250.asp)
- Record
- SN00467033-W 20031109/031107212045 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |