|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 6,1995 PSA#1277Directorate Of Contracting, Oo-Alc 6014 Dogwood Avenue/Bldg 1258, Hill
Air Force Base, Ut 84056-5816 M -- LGM30 AND LGM118 WEAPON SYSTEMS SOL F42610-95-R-20083 DUE 041495
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
information contact Kent Wright/Lmke/(801)777-5792 Reference sources
sought synopsis F42610-95-R-AAAAC. The Government intends to establish
a contract for continuous technical and maintenance services required
to support guidance sets of the Minuteman (LGM30) and Peacekeeper
(LGM118) missile weapon systems. A Cost Plus Award Fee (CPAF) Contract
type is contemplated for the following Items. Item 0001 Technical
Services, Operation & Maintenance of Survivability & Vulnerability Test
Center (S&VTC). Testing for Survivability/Reliability. Includes
installation, activation, operation, repair, and maintenance of S&VTC
equipment at Little Mountain Test Site, Ogden UT. Item 0002 Technical
Services, Support of ICBM Assessment Program. Requires support at five
different sites, Operational Wings and Vandenberg AFB. Operate and
maintain Expanded Missile Data Analysis System (EMDAS) Performance
Assessment Software (PAS). Collect, filter, code, and input data using
combat crew logs, and maintenance logs to provide a historical data
base of weapon system anomalous behavior. Support repair and
maintenance to assure all anomalies are corrected and repair is
accomplished in a timely manner. Participate on Field Data Analysis
Working Group. Item 0003 Technical Services, Test Operational
Reliability Support in Missile Guidance System (MGS) Repair and
Evaluation Data system and Central Data Acquisition Analysis System
(CDAAS). Acquire, process, and transmit maintenance and repair data.
Item 0004 Technical Services, Maintenance and calibration for testing
at test sites located at Anaheim, Hill AFB, and Vandenburg AFB. Item
0005 Technical Services, System Engineering Level Evaluation and
Correction Team (SELECT). Provide Personnel Reliability Program (PRP)
qualified personnel at Ogden Air Logistics Center to support SELECT in
the resolution of system engineering level fault isolation and
analysis of system related problems. Work will be accomplish at Hill
AFB, Malmstrom AFB, Minot AFB, Whiteman AFB, FE Warren AFB, Grand Fords
AFB, Vandenberg AFB, Offut AFB, all ICBM Contractors Facilities as
necessary, and/or other locations as directed by the SELECT Manager.
Item 0006 Travel and Subsistence. To include all required data. Period
of performance is one year beginning 1 Oct 95 to 30 Sep 96 with two
one year options to extend. All responsible sources may submit a
proposal which shall be considered. No telephone requests. Only written
or faxed requests received directly form the requestor are acceptable.
Don't request information on this requirement until after the issue
date. Requests for copies of solicitations must reference the entire
solicitation number, including purchasing office identification number.
To expedite your request, limit the number of solicitations requested
per letter to not more than 10 each. It is suggested that small
business firms or others interested in subcontracting opportunities in
connection with the described procurement make contact with Rockwell
International. Initial production of solicitations will be based on
in-house needs, source list requirements, early synopsis responses, and
anticipated additional requests ( based on similar acquistions). After
release of the solicitation, requests will be processed on a
''first-come, first-served'' basis. For additional information contact
Kent Wright, (801)777-5792, FAX: (801) 777-0990, INTERNET:
WRIGHTK@HILLWPOS.HILL.AF.MIL The approximate issue/response date will
be 15 Mar 95. To: ROCKWELL INTERNATIONAL CORP, ANAHEIM CA. No telephone
requests. Only written or faxed requests received directly from the
requestor are acceptable. All responsible sources may submit a bid,
proposal, or quotation which shall be considered. Authority: 10 U.S.C.
2304(C)(1), Justification: Supplies (or Services) required are
available from only one or a limited number of responsible source(s)
and no other type of supplies or services will satisfy agency
requirements. The proposed contract action is for supplies and services
for which the Government intends to solicit and negotiate with only
one, or a limited number of sources 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 forty-five days (thirty days if award is issued under
an existing basic ordering agreement) after date of publication of this
synopsis will be considered by the Government. A Determination by the
Government not to compete 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. (0033) Loren Data Corp. http://www.ld.com (SYN# 0088 19950203\M-0001.SOL)
M - Operation of Government-Owned Facilities Index Page
|
|