Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 6,1995 PSA#1277

Directorate 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