|
COMMERCE BUSINESS DAILY ISSUE OF JULY 22,1997 PSA#189238 LS/LGCE, 4064 Hilltop Rd Ste 111, Tinker AFB OK 73145-2713 D -- COMMAND AND CONTROL SERVICES FOR LOCATIONS WITHIN THE 48
CONTIGUOUS STATES SOL F34608-97-R-0001-03 DUE 092597 POC 1st Lt Steve
Colvin (405) 734-7364 FAX 734-7376 Contracting Officer: Leslie Pickens
(405) 734-7364 . This revised synopsis modifies the previously
publicized synopsis posted 27 June 97 for the Command and Control
Services contract. One of the major changes to the synopsis is that the
final RFP will only be made available over the internet. The HQ 38th
Engineering Installation Wing has a requirement for nonpersonal
services of engineering, system integration, materials furnishing,
installation, testing(EFI&T), and construction support for a wide range
of Command and Control systems to supplement the HQ 38 EIW's organic
capability for the 48 contiguous states. Typical projects will include,
but are not limited to: Flight Facility Systems -- Very High Frequency
(VHF) and Ultra High Frequency (UHF) ground to air radio, microwave
point-to-point, radar approach controls (RAPCONs), navigational aids
(NAVAIDs), radio/landline switches, automation systems for RAPCONs and
control towers, Runway Supervisory Units (RSUs), weather equipment,
and automated landing equipment. RF Communications Systems -- All
frequency spectrum ground to air, point-to-point, voice/data radio,
fixed ground based satellite terminals, Land Mobile Radio (LMR), video
teleconferencing, secure systems, and radio/landline switches for
command posts. Network Systems -- local area networks (including hubs,
routers, bridges, file servers, print servers, building distribution,
etc.); campus area networks (including fiber optic, wireless and
wired); wide area networks (including Defense Information System
Network (DISN), T-1 Carrier, Asynchronous Transfer Mode (ATM), etc.).
Typical Network Architectures include, but are not limited to the
following: Ethernet, Fiber Distributed Data Interface (FDDI), and ATM.
Protocols used in C2 include but are not limited to the following:
Transfer Control Protocol/Internet Protocol (TCP/IP), Novell Netware,
Banyan Vines, Microsoft New Technology (NT) and Windows 95
environments. Additional requirements may include cryptological and
network encryption systems (NES). Switching Systems --
telephones,public address, voice /data transmission, and video
conferencing. Security Systems -- intrusion detection, perimeter
control/assessment, and access control. Distribution Systems -- inside
and/or outside cable plant, fiber optic and/or copper cable. Except
for Government Furnished property(GFP), the contractor shall furnish
all labor, tools, equipment and material necessary to accomplish the
requirements. The contract term shall include a one-year base period
with four one-year options periods totaling approximately 60 months.
The contract type shall be firm-fixed price, Indefinite
Delivery/Indefinite Quantity. This contract will be awarded using the
technically acceptable/low price contract procedures, and the past
performance price trade off technique in accordance with AFFARS
5315.605. All sources responding over the internet must indicate if
they are a large or small, disadvantaged and/or woman -owned, and U.S.
or foreign owned/controlled business. Foreign participation is allowed
at the subcontractor level only. For this synopsis, a business will be
considered small if its average annual income revenues over the past
three years have not exceeded $7.5 million. Standard Industrial
Classification (SIC) code number 4899 applies. This contract is subject
to the Service Contract Act and Davis Bacon Act and the place of
performance may include any military site within the 48 contiguous
states. The Request for Proposal(RFP) will be issued on or about 25
August 97, and will only be made available over the internet. The C2
Services RFP can be obtained by accessing the 38 EIW Home Page on the
World Wide Web at the following address:
(https://www.eiw38.af.mil/contracting/bus_opp.htm) Note: You must type
https instead of http to access the address. Failure to type https
will result in a security error. Previous requesters must re-register
electronically when obtaining the RFP. Requesters shall complete all
information on the registration form, and shall certify that they are
not presently debarred, suspended, proposed for debarment, or declared
ineligible for the award of contracts by any Federal agency. Failure
to fill out the electronic registration form may result in offers not
being considered. Registration may be done prior to 25 August 97,
however the RFP will not be issued on the internet until on or about 25
Aug 97. If you have any questions, please call 1st Lt Steve Colvin at
(405) 734-7364. Based upon market research, the Government is not using
the policies contained in Part 12, Acquisition of Commercial Items, in
its solicitation for the described supplies or services. However,
interested persons may identify to the contracting officer their
interest and capability to satisfy the Government's requirement with a
commercial item within 15 days of this notice. An Ombudsman has been
appointed to hear concerns from offerors or potential offerors during
the proposal development phase of this acquisition. The purpose of the
Ombudsman is not to diminish the authority of the program director or
contracting officer, but to communicate contractor concerns, issues,
disagreements, and recommendations to the appropriate government
personnel. When requested, the Ombudsman will maintain strict
confidentiality as to the source of the concern. The Ombudsman does not
participate in the evaluation of proposals or in the source selection
process. Interested parties are invited to call Colonel Lee H. Hughes,
Commander's Staff, ESC/CX at (617) 377-5106. The Ombudsman should only
be contacted with issues or problems that have previously been brought
to the attention of the program manager and/or the contracting officer
and could not be satisfactorily resolved at that level. (0199) Loren Data Corp. http://www.ld.com (SYN# 0034 19970722\D-0010.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|