Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 20, 2001 PSA #2791
SOLICITATIONS

A -- U.S. ARMY KWAJALEIN ATOLL/KWAJALEIN MISSILE RANGE (USAKA/KMR) INTEGRATED RANGE ENGINEERING (IRE) AND LOGISTICS SUPPORT (LS) SERVICES

Notice Date
February 15, 2001
Contracting Office
U.S. Army Space & Missile Defense Command, Attn: SMDC-CM, 106 Wynn Drive, Huntsville, AL 35805-1990
ZIP Code
35805-1990
Solicitation Number
DRFP DASG60-01-R-0002
Point of Contact
Linda B. Gray, Contracting Officer, SMDC-CM-CN, 256-955-3441
Description
The U.S. Army Space and Missile Defense Command proposes to acquire for the U.S. Army Kwajalein Atoll/Kwajalein Missile Range (USAKA/KMR) Integrated Range Engineering (IRE) and Logistics Support (LS) Services. USAKA/KMR is a DoD Major Range and Test Facility Base and also a United States Anti-Ballistic Missile Test Range and Defense Site, located at Kwajalein Atoll, Marshall Islands, approximately 2,136 miles west southwest of Honolulu, Hawaii. Kwajalein Island is the location of the primary infrastructure facilities and some technical support facilities. The U.S. Army operates the KMR located at USAKA with instrumentation sites spread over 11 islands within the Atoll. USAKA is predominantly a civilian community, consisting of U.S. Government civilian, military and contractor personnel who perform various roles in conducting technical operations in support of the missions of USAKA and KMR. The USAKA missions require a cadre of professional specialists, technicians, and trade personnel. The KMR effort requires highly skilled and specially trained engineering and technician support personnel. The average nonindigenous population of USAKA is approximately 2,500 including approximately 1,100 dependents. USAKA provides housing, hospital facilities, schools (K-12), and similar amenities to that found in a small town of comparable size. The IRE work statement requires the labor and materials to operate, maintain, modify and support Research, Development, Test and Evaluation (RDT&E) efforts, both on-site and off-site, conducted by KMR, a Ballistic Missile Defense Office (BMDO) Test Range at USAKA. KMR systems include radar, telemetry, optics, mission control centers, communications, sounding rocket launching equipment, and data reduction and analysis. Roi-Namur Island, which is approximately 50 miles north of Kwajalein Island on the north reef of the Kwajalein Atoll, is the location of the Kiernan Reentry Measurements Site (KREMS). KREMS is a key component of KMR. KREMS is the United States most sophisticated and important research and development radar site, consisting of four instrumentation radar systems. These KMR radar systems are unique one-of-a-kind systems with radar frequencies from VHF to W bands with waveform agility and bandwidths of up to 2Ghz. These systems support metric, signature and engineering event data acquisition missions and are involved in data acquisition requirements ranging from tracking multiple reentry vehicles, to space debris, to synchronous satellites to locally launched interceptor missiles, to providing target intercept phenomenology. The IRE requirement involves the continuous maintenance and upgrade of KMR sensors to meet changing RDT&E mission requirements. The IRE requirement effort also involves range engineering, instrumentation calibration support, configuration management, limited facility support, and other functions in support of KMR. Due to the high acquisition cost of these special sensor systems and the significance of these systems in the testing of Strategic and Theater defense weapons for the Department of Defense, great emphasis will be placed on the successful offeror's technical competence and experience. The successful offeror will have a strong background in the successful operation, maintenance and modification of large complex systems involved in complex signature and metric data acquisition projects. Other applicable experience will be related to strategic and theater weapons testing, telemetry, optical data acquisition, radar and optical metric data reduction, voice and data communications, data networking, and computer generated display systems. The successful offeror will also have a demonstrated ability to attract, manage, and retain a highly technically skilled, experienced, and motivated workforce. The objectives of the Logistics Support (LS) requirement are to provide environmental protection and total logistics support for USAKA to include providing required materials and nonpersonal services in the functional areas of aviation, automotive, marine, utilities, facilities engineering, housing, community services (such as dental, educational, medical, recreational, religious, etc.), food services, merchandising, fire prevention and protection, supply, and management (such as safety, quality control, configuration management, information systems, internal audit, accounting and finance, personnel administration, etc.). In an effort to further streamline the acquisition process and minimize costs, the Performance Work Statements (PWS) for the IRE and LS services efforts have been formatted to facilitate use of the proprietary Tabular Format software program. Offerors will be required to utilize Tabular Format in submission of their offers. For information purposes the Tabular Format contractor is Acquisition Services Consulting (ASC) Group, Incorporated, 1869 37th Avenue, San Francisco, California 94122. A point of contact is Mr. Dan Everest at telephone (415)661-1192. THIS IS NOT A REQUEST FOR CAPABILITIES STATEMENTS FROM INDUSTRY (See prior CBD Notice Number DASG60-99-0001, 14 Jan 99). This procurement will not be open to allied participation at the prime level or major subcontractor levels. Contract award/awards are planned for 25 Jul 2002 with a phase-in/transition to be accomplished prior to 1 Jan 2003. A Cost-Plus-Award-Fee/Award Term type contract is contemplated. The expected term of the contract will consist of a basic period, inclusive of a maximum of six months for phase-in, with options to consecutively extend the term of the contract. The potential Award Term portion is anticipated to be for an additional five to ten years. The DRFP Number DASG60-01-R-0002 is planned to be issued electronically, at least one day prior to the Industry Briefing. The solicitation will be issued as a full and open competition with award to be made on a BEST VALUE basis. The WEBSITE ADDRESS to retrieve the DRFP, final RFP, and the CBD announcement is www.smdc.army.mil, click on Business, then CBD or Requests for Proposals (RFP). The Industry Briefing is tentatively set for 14 Mar 2001 to be held at The Huntsville Hilton, 401 Williams Avenue SW, Huntsville, Alabama 35816, telephone (256)533-1400. A block of rooms has been set aside for those who may desire to seek lodging there. The DRFP and final RFP will be available electronically from the above stated website. Paper copies will only be issued to those companies who do not have the capability to retrieve electronic copies. It is anticipated that approximately a two-week period will be allowed for submission of questions and/or comments regarding the content of the DRFP. ALL QUESTIONS/COMMENTS MUST BE SUBMITTED IN WRITING TO THE CONTRACTING OFFICER AND CITE DRFP NUMBER DASG60-01-R-0002. A site visit for potential offerors is tentatively planned to take place the first two weeks in April 2001 (Regardless of definitive dates, it will be shortly after the briefing to industry and prior to issuance of the final RFP). Information concerning the site visit will be included in the DRFP and will be finalized at the briefing to industry. The final RFP is expected to be issued electronically on or about 20 Aug 2001 with an estimated closing date approximately 60 days thereafter. These dates are for planning purposes only and are subject to change. A bidder's library will be established at the U.S. Army Space and Missile Defense Command in Huntsville, Alabama, upon issuance of the DRFP and will be available until award of the contract. Access to and use of the bidder's library must be in accordance with the instructions in the RFPs and any request submitted prior to issuance of the DRFP will be denied. Access to and use of the bidder's library will be specifically detailed in both the DRFP and the final RFP. Individuals must have a SECRET level security clearance to use the bidder's library. The DRFP and final RFP will be unclassified; however a current TOP SECRET facility clearance and storage capability will be required for award of the contract. No verbal or facsimile responses to this announcement will be accepted. Pursuant to Federal Acquisition Regulation 3.104, entitled Procurement Integrity, all technical discussions and/or clarifications regarding this acquisition are required to be directed to the Contracting Officer, Ms. Linda Gray, at the U.S. Army Space and Missile Defense Command, ATTN: SMDC-CM-CN/Linda Gray, P.O. Box 1500, Huntsville, AL 35807-3801 and must cite RFP Number DASG60-01-R-0002.
Record
Loren Data Corp. 20010220/ASOL004.HTM (W-046 SN50D8D5)

A - Research and Development Index  |  Issue Index |
Created on February 15, 2001 by Loren Data Corp. -- info@ld.com