Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 26,1995 PSA#1396

Aeronautical Systems Center, Weapons, Air Base and Range Pro Support Organization (ASC/VXBK), 102 West D Avenue, Suite 300, Eglin AFB FL 32542-6808

M -- EGYPTIAN AIR COMBAT MANEUVERING INSTRUMENTATION (ACMI) SYSTEM, FOLLOW-ON OPERATIONS, AND MAINTENANCE (O&M) CONTRACT. POC For Contracting information, contact Ms. Mary Badger, Contract Specialist, (904) 882-8355, Ext 303; for technical matters, contact Mr. Bill Stone, Program Manager, (904) 882-9393, Ext 322. The Air Combat Training Systems (ACTS) Integrated Product Team (IPT), Aeronautical Systems Center, Eglin Air Force Base, Florida, plans to award a firm fixed price contract for the Egyptian Air Combat Maneuvering Instrumentation System, Follow-on Operations & Maintenance. The Egyptian Air Combat Maneuvering Instrumentation (EACMI) system is located approximately 60 nautical miles west of Cairo and consists of eight Tracking Instrumentation Subsystems (TIS) covering a 45 nautical mile diameter area. The Control and Computation Subsystem (CCS) and one Display and Debriefing Subsystem (DDS) is located at Cairo West Air Base and a second DDS is located at Beni Suef Air Base. Currently two additional Egyptian DDSs (AEDDS) are being installed, under an existing contract, at Zocer and Amoun Air Bases. Anticipated initial operational capability for these AEDDSs is September 1996. The contract period of performance is currently planned for two years, beginning on 4 April 1996, with two one-year options or one year with two one-year options subject to a final decision by the Egyptian Government. The two one-year options will cover both the existing EACMI and the two AEDDSs. Two additional options will be included to add the AEDDSs at Zocer and Amoun. The first is expected to cover the period from September 96 to September 97, and the second is expected to cover the period from September 97 to April 98. The current level of effort is at 14 man-years per year and is planned to remain at this level for the existing EACMI. The estimated increase for the AEDDS support is anticipated to be approximately three man-years per year. A draft request for proposal is planned for release in late August 1995 with a request for proposal (RFP) planned for release in November 1995. Contract award is planned for 1 March 1996 to include a one month transition phase in period to 4 April 1996. Contractor must be in place and fully operational by 4 April 1996. Award will be made as a result of unrestricted full and open competition. A site visit is planned for all interested offerors after release of the draft RFP. Details for the visit will be included in the draft RFP. An ACMI reference library is available at the ASC/VX TAMS facility (SEMCOR, Inc.), 368 Adams Avenue, Valparaiso, Florida, 32580). Any potential contractor wishing to visit the ACMI library must obtain prior approval from ASC/VXC by contacting Mr. Bill Stone, 904/882-9393, Ext 322 or ASC/VXCK Ms. Mary Badger 904/882-9391, Ext 303. Information associated with this program will be classified up to and including SECRET. Additionally, all potential contractors will be required to obtain export control certification from the Defense Logistics Center (DLSC), Battle Creek MI 49016-3412 (1-800-352-3572) in accordance with DOD 5230.25 prior to being provided access to unclassified data, and receiving a solicitation. Certification is accomplished using DD Form 2345 ''Military Critical Technical Data Agreement''. This requirement for DD Form 2345 certification also applies to any subcontractors being given access to reproduced data by another contractor. Certification must be obtained prior to being given access to the ACMI reference library . A ''Statement of Terms and Conditions for Release of Air Force Owned or Developed Computer Software Packages'' must be completed by each offeror and returned to ASC/VXC prior to access to the ACMI reference library. Forms may be obtained from the program manager, Mr. Bill Stone, at (904) 882-9393, Ext 322. You may contact Mr. Paul Carmean, SEMCOR, Inc., (904) 678-7887 for information regarding certification and software release approval. It is not the intent of the Government to obtain proprietary information, however, interested parties should understand that material presented in response to synopsis may be used by the Government to help formulate requirements documents and specifications. Any hardware or services which the Government may elect to procure as a result of responses to this synopsis will be announced separately. The Standard Industrial Classification (SIC) code for this acquisition is 8711. Interested firms wishing to be considered for this effort should submit a brief statement of capability and experience within twenty-one (21) days of this announcement. Submit the statement of capability and experience to Ms. Mary Badger, ASC/VXCK, 102 West D Avenue, Suite 300, Eglin AFB FL 32542-6808. Firms responding to this synopsis should include whether or not they are a small business or small disadvantaged business concern as defined in FAR 52.219-1 and FAR 52.219-2. This sources sought synopsis is for planning purposes only and shall not be considered an IFB or RFP and is not to be considered a commitment by the Government. 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 concerns. Potential offerors should use established channels to request information, pose questions, or voice concerns before contacting the Ombudsman. Potential offerors are invited to contact ASC's Ombudsman, ATTN: Colonel Kinney, ASC/SK, Chief, Det 5, 205 West D Avenue, Suite 318, Eglin AFB, FL 32542-6865, (904) 882-9051 with serious concerns only. Routine communication concerning this acquisition should be directed to the appropriate point of contact listed in paragraph 11 above. (0205)

Loren Data Corp. http://www.ld.com (SYN# 0069 19950725\M-0002.SOL)


M - Operation of Government-Owned Facilities Index Page