Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 26, 2000 PSA #2693
SOLICITATIONS

R -- ENGINEERING AND TECHNICAL SERVICES IN SUPPORT OF LAMPS AND ATC&LS PROGRAMS

Notice Date
September 22, 2000
Contracting Office
Department of the Navy, NAWCAD Contracts Competency Division, Villa Road, Bldg. 8110, St. Inigoes, Maryland 20684-0010
ZIP Code
20684-0010
Solicitation Number
N00421-99-R-1575
Point of Contact
J. Larry Mattingly, Contract Specialist, (301) 862-8119
E-Mail Address
click here to contact the contract specialist (MattinglyJL@navair.navy.mil)
Description
"Sources Sought Synopsis" The Department of the Navy, Naval Air Warfare Center Aircraft Division, Ship and Shore-Based Electronic Systems Division (Code 4.5.8), Webster Field Annex, St. Inigoes, MD is seeking Small Businesses capable of performing engineering, technical logistic services, and project analysis services in support of Light Airborne Multipurpose Systems (LAMPS); and Navy and Marine Corps Air Traffic Control and Landing Systems (ATC&LS) programs. Responses to this sources sought synopsis in the form of capabilities presentation submissions will form the basis of the Government's decision on whether to offer this requirement as a 100% Small Business Set-Aside, or instead as an unrestricted basis under full and open competition. This office anticipates awarding a follow-on contract for the required services no later than 1 April 2001. The period of performance of the contract to eventually be awarded is a base year, with options for four (4) additional years. These support services are currently being provided to NAWCAD by Eagan, McAllister and Associates., under contracts N00421-96-C-5031 and N00140-96-C-E121, both of which are scheduled to expire on 31 March 2001. The Standard Industry Code (SIC) for this action is 8711. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSALS. It is a market research tool being utilized to determine the availability and adequacy of potential Small Businesses sources prior to issuing a Request for Proposal (RFP). The Government is not obligated to and will not pay for information received as a result of this synopsis. The overall program goals are to provide efficient, robust, communications between ship and helicopters, and safe, reliable and cost efficient systems for air traffic control, landing systems, and multimedia applications for the fleet and other federal agencies. The contractor shall provide technical support services to support design, development, integration, test and evaluation, installation, certification, maintenance, training and logistic support tasks for LAMPS and (ATC&LS). This effort will cover the following system for complete life cycle support of, but not limited to, the following groups of equipments. 1. Light Airborne Multipurpose System (LAMPS): AN/SRQ-4, AN/ARQ-44, AN/TS-4120, AN/TS4120-A, AS-3274/SRQ-4, LAMPS Fleet Trainers, LAMPS data link FTE and TRACE/ TL-16 2. Operational Precision Approach and Landing Systems (PALS): AN/SPN-35 Aircraft Control Approach Central, AN/SPN-41 Aircraft Approach Control Transmitting Set, AN/SPN-42A Landing Control Central, TRN-28 Aircraft Approach Control System (AACS), AN/SPN-46 (V)1 & (V)3 Automatic Carrier Landing Systems (ACLS), AN/AYK-14 Computer, Shipboard Air Traffic Control Systems (SATC), AN/SPN-43A/B/C Radar Set, AN/SPN-42T4 Landing Control Central and RDVP -- Radar Doppler Video Processor 3. Operational Fleet Area Control and Surveillance Facility (FACSFAC) Systems and Peripherals: AN/FYK-17A/B FACSFAC Air Control Tracking System (FACTS), AN/FYK-23 FACSFAC Scheduling System (FACSKED), CV-4346/UPX Radar Beacon Digitizer (RBDX), Graphic-7 Display Replacement (G7R), OJ-753/U Display Console, OJ-488 Display Console 4. Operational Marine Air Traffic Control and Landing System (MATCALS): AN/UYK-20/44 Computers, AN/TPN-22 all-weather Landing Subsystem, AN/TSQ-131 Control and Communication Subsystem, AN/TPS-73 Air Traffic Control Subsystem, AN/TPN-30 (A) Marine Remote Area Approach and Landing System, AN/TSQ-216 Remote Landing Site Tower (RLST) The Government will provide access to Government spaces on-site in Buildings 8111 and 8016 at the Webster Field Annex, St. Inigoes and the FACSFAC facility in Jacksonville, Florida for the performance of this support effort. It is requested that interested Small Businesses submit a brief capabilities statement package (no more than 15 pages in length, 12-point font minimum) demonstrating ability to perform the services listed above. The page limitation cited in the preceding sentence is not inclusive of resumes/personnel information. This documentation should address, as a minimum, the following: (1) prior/current corporate experience in performing similar such efforts within the last three years including contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact and current telephone number, and a brief description of how the contract referenced relates to the technical services described herein as well as in the draft statement of work to be made available on a draft RFP to be posted on the solicitation index of the NAVAIR Home Page; (2) company profile to include number of employees, annual revenue, office location(s), and cage code and DUNs numbers; (3) resources available to support this effort such as corporate management and personnel to be assigned to the project to include professional qualifications and specific experience of such personnel; and (4) management approach to staffing specific key personnel to be assigned to the resultant contract. The staffing plan should address current hires that would be available for assignment to this effort, possible subcontract/teaming arrangements, and strategy for recruiting and retaining qualified personnel. It is highly encouraged that packages be submitted electronically to the Contracting Officer in Microsoft Word Format or Portable Document Format (PDF) at the following address: MattinglyJL@navair.navy.mil . Alternatively, the package containing five copies may be sent by mail to the following address: Department of the Navy, Naval Air Warfare Center Aircraft Division, Aircraft Support Contracts Department (Attn: J. Larry Mattingly, Code 2.5.4.1.1), Villa Road, Unit 11, Bldg. 8110, St. Inigoes, MD 20684-0010. Submissions must be received at the office cited in the preceding sentence no later than 4:30 PM Eastern Standard Time on 4 October 2000. Questions or comments regarding this notice can be addressed to Mr. J. Larry Mattingly at (301) 862-8119. Interested parties can find a draft version of the Statement of Work (SOW), estimated level of effort, and minimum labor category qualifications as part of a draft RFP of this requirement to be found on the solicitation index of the NAVAIR Home Page under Draft RFP #N00421-99-R-1575. This information can be accessed at the following address : http://www.navair.navy.mil/business/ecommerce/indx.cfm.
Web Link
click here to download copy of the draft RFP (http:www.navair.navy.mil/business/ecommerce/index.cfm)
Record
Loren Data Corp. 20000926/RSOL009.HTM (W-266 SN499966)

R - Professional, Administrative and Management Support Services Index  |  Issue Index |
Created on September 22, 2000 by Loren Data Corp. -- info@ld.com