Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2005 FBO #1207
MODIFICATION

15 -- F-15E Attrition Aircraft Program

Notice Date
3/15/2005
 
Notice Type
Modification
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
ASC/VFK, Bldg. 553 2725 C Street Wright-Patterson AFB, OH, 45433-7424
 
ZIP Code
45433-7424
 
Solicitation Number
PRODUCTION
 
Response Due
4/14/2005
 
Archive Date
5/14/2005
 
Small Business Set-Aside
N/A
 
Description
Background This CBD announcement constitutes a pre-solicitation notice for the purpose of seeking interested sources able to meet the requirements associated with the acquisition of F-15E production aircraft. The F-15E is an advanced tactical fighter aircraft. It is a twin engine, fixed swept wing aircraft characterized by high thrust to weight and low wing loading for maximum acceleration and maneuverability. The F-15E is a two crew member aircraft designed to provide a long range, large payload capability to strike second echelon targets at night and under all weather conditions while retaining the superior theater air defense capability. This announcement is not a request for proposal. The fiscal year (FY) 05 effort of this acquisition will include the fabrication, assembly and delivery to the field of up to two (2) additional F-15E production aircraft as well as associated data and equipment, production- related sustaining, warranty, limited updates to technical orders, and long lead effort for up to four (4) additional F-15E production aircraft. The contract may also contain an option for up to four (4) of the F-15E production aircraft established by the long lead effort in FY05. The capabilities/responsibilities to be addressed by the respondents include the following: (a) engineering and production knowledge and capabilities to fabricate, assemble, and deliver the aforementioned FY05 effort and option; (b) integration capabilities for all systems and subsystems; (c) subcontractor management capabilities, to include the establishment of associate contractor agreements; (d) retrofit/modification capabilities; (e) system engineering and project management capabilities for all systems and subsystems; and (f) total system performance responsibilities for this new F-15E production program. Responses to this pre-solicitation notice must include the firm?s capabilities and experience to perform the above described effort. Only responses producing adequate information shall be considered. Respondents shall include their assigned Commercial and Government Entity Code (i.e. Federal Supply Code for Manufacturers, a five-digit code assigned by Commander, Defense Logistics Service Center, Attn: DLSC, Battle Creek, MI., Reference DoD 5000.12M) with their responses. Respondents should indicate their size, particularly if they are a small business, a socially and economically disadvantaged business, a woman-owned business, a service disabled veteran owned small business or a HUBZone small business concern. Respondents shall provide information as to whether they are considered a small business. For this procurement, the general definition to be used to determine whether the firm is small business is as follows: A small business relative to North American Industry Classification (NAIC) Code 336411: A small business means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and with its affiliates, the number of employees does not exceed 1,500 persons. ?Concern? means any business entity organized for profit with a place of business located in the United States and which makes a significant contribution to the U.S. economy through payment of taxes and/or use of American products, material, and/or labor, etc. ?Concern? includes, but is not limited to, an individual, partnership, corporation, joint ventures, association, or cooperation. For the purpose of making affiliation finding ? any business entity, whether organized for profit or not, and any foreign business entity, i.e. any entity located outside the United States, shall be included. The Air Force reserves the right to consider a small business set- aside based on responses hereto. Failure of a firm to provide the above data with its responses to this notice may disqualify the firm from further consideration. The information requested herein is for planning purposes only. It does not constitute a request for proposal and may not be construed as a commitment by the Government. All responses from responsible sources will be fully considered; however, receipt of responses shall not be acknowledged. All respondents are reminded that the Government must receive all responses within 30 calendar days of publication of this notice. Direct the capabilities packages and any routine communications concerning this acquisition to Barry Foster, Contracting Officer, at (937) 904-6674, or Ms. Debbie Riedel, Contract Negotiator, at (937) 904-6680, Aeronautical Systems Center, ASC/VFM, 2725 C Street, Building 553, Wright-Patterson AFB, OH 45433-7424 or FAX: (937) 656- 7168. Interested firms should submit sufficient information which will permit evaluation of technical capabilities to Barry Foster, Aeronautical Systems Center, ASC/VFM, 2725 C Street, Building 553, Wright-Patterson AFB, OH 45433- 7424. For more information on PRODUCTION--F-15E Attrition Aircraft Program please refer to http://www.pixs.wpafb.af.mil/pixslibr/PRODUCTION/PRODUCTION.asp
 
Web Link
PRODUCTION-F-15E Attrition Aircraft Program
(http://www.pixs.wpafb.af.mil/pixslibr/PRODUCTION/PRODUCTION.asp)
 
Record
SN00769031-W 20050317/050315212303 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.