|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 8,1997 PSA#1757Operational Contracting Division, 1940 Allbrook Dr, Ste 3 Bldg 1, WPAFB
OH 45433-5309 R -- ARMSTRONG LABS TECHNICAL LOGISTICS SPT SOL N/A-TB1 POC For copy,
ASC/PKWO, Attn: Bldg 260, 1940 Allbrook Dr Ste 3, WPAFB OH 45433-5309,
POC: W. George, 937-257-5844 X4234, Fax No 937-257-3926. Sources are
sought for a non-personal services contract to provide technical and
logistics support for the Armstrong Laboratories (AL) at
Wright-Patterson AFB OH. The technical support consists of preventive
and remedial maintenance, inspection, modification, overhaul,
fabrication, repair, calibration, certification and transport of
experimental/test equipment, laboratory medical and non-medical
instrumentation, for example desk top computers, computer controlled
test equipment, special devices and material, and the related facility,
installation, modification, testing and certification of the data
communications and various local area networks (LANs) located
throughout the AL. The logistics support consists of acquiring
materials and services through the Standard Base Supply System (SBSS),
Aeronautical Systems Center (ASC) Operational Contracting, and Medical
Logistics. Supply services include item research functions, base and
medical supply-equipment requisitioning, direct procurement purchase
request functions, data base administration/analysis, and material
handling. There is a current contract for these services,
F33601-93-CJ020 with Technology/Scientific Services Inc Dayton OH, and
it expires 30 Sep 97. The new contract will be for the base periodof
FY98 (01 Oct 97 through 30 Sep 98) and for four option year periods
through 30 Sep 02. A time-and-materils (T&M) type contract is
contemplated. The 5-year cumulative funding on the current contract is
$2.9M, and it is estimated that the new contract will continue at that
level. The following capabilities are being sought: Contractor must
have SECRET facility clearance; on-site performance requires up to
twelve (12) persons with SECRET clearance; Supply Specialists II must
be proficient in USAF Supply manuals and in reseraching, ordering,
follow-up and data entry; Material Coordinator must be proficient in
coordinating material flow and in purchasing electronics,
electromechanical, mechanical, LAN, computer and medical parts;
Engineering Technician V must be proficient in applying advanced
technical knowledge to solve unusually complex problems and use
independent judgement in performing such tasks as making circuit
analyses, calculating vave forms, and tracing relationships in signal
flow; Mechanical Technician III must be proficient in performing
general mainenance and repair using skills in carpentry, plumbing,
masonry, welding and electrical work; Mateiral Handler and Forklift
Operator must be proficient in operating a manually controlled gasoline
and electric powered truck or tractor and in moving, loading and
unloading equipment and supplies and must visually inspect incoming
shipments; Database Administrator must be proficient in maintenance and
modification of UNIX based operating MIS capable of
operating/programming Oracle. The standard Industrial Code (SIC) for
this effort is 7629 and the size standard is $5M sales. Firms
responding shall indicate whether they are large, small, small
disadvantaged, 8(a), or women owned businesses, or histrically black
college or universities/minority institutions. The Air Force reserves
the right to consider an 8(a) competitive, 8(a) set-aside, or a small
business set-aside based on the responses hereto and the Air Force's
evaluation thereof. Respondents are further requested to indicate their
status as a foreign-owned/foreign controlled firm and any contemplated
use of foreign national employees on this effort. Respondents shall
state the level of their facility clearance, if they have one, and if
not, how they would obtain one. Closing date and time for submission
response is Monday, February 3, 1997. Sources having the capability and
experience in the above areas are invited to submit a descriptive
capability package to the specialist named below. Potential sources are
cautioned that a response that fails to address all the above areas may
cause them the be evaluated as not having the capability to perform the
effort. Interested parties may contact the technical representative
directly for further information, Gary Long, AL/SDNL, 2245 Monahan Way,
Wright-Patterson AFB OH 45433-7009, tel (937)255-3188, fax
(937)656-4568. The Contract Specialist is Wanda George, ASC/PKWOV, Bldg
1, 1940 Allbrook Drive, Ste 3, Wright-Patterson AFB OH 45433-5309, tel
(937)257-5844 ext. 4234, fax (937)257-3926. 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
his/her concern during the proposal development phase of this
acquisition. Potential offerors should use established channels to
request information, pose questions, and voice concerns before
resorting to use of the Ombudsman. Potential offerors are invited to
contact ASC's Ombudsman, Mr Daniel L. Kugel, ASC/SY, Bldg 52, 2475 K
Street, Suite 1, Wright-Patterson AFB OH 45433-7642, at (513) 255-3855,
E-Mail kugeldl@sy.wpafb.af.mil, with serious concerns only. (0006) Loren Data Corp. http://www.ld.com (SYN# 0058 19970108\R-0017.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|