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