Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2009 FBO #2759
SOLICITATION NOTICE

66 -- B-1 FLIGHT CONTROL SYSTEM AND CENTRAL AIR DATA COMPUTER

Notice Date
6/14/2009
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), DEPARTMENT OF THE AIR FORCE; BLDG 3001 SUITE 2AH82A; TINKER AFB; OK; 73145
 
ZIP Code
73145
 
Solicitation Number
FA8109-08-R-0001
 
Response Due
9/1/2009
 
Archive Date
9/1/2009
 
Point of Contact
Linda Murphy, Phone - - , Fax - - , Email linda.murphy@tinker.af.mil<br />
 
E-Mail Address
Linda Murphy
(linda.murphy@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
B-1 Flight Control System and Central Air Data ComputerSolicitation: RFP Number FA8109-08-R-0001(This project was Previously Synopsized under FA8103-07-R-0003, as amended, which the current notice supercedes) Agency/Office: Air Force Materiel Command Location: Tinker OC-ALC - (Central Contracting) Title: 66--Accessories Commodity Council B1-B Flight Control System/ Central Air Data Computer (CADC)Description(s): Electronic procedure will be used for this solicitation. Note: 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 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 the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Request for Written Quotation will be issued. The anticipated award date will be on or after 60 days after the issuance of this notice. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with Honeywell International Inc. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. See Note(s) 26. The Accessories Commodity Council contemplates negotiating a performance based logistic support services contract to support the B-1B Flight Control System and Central Air Data Computer. The contract will require increased reliability and asset availability. Honeywell will be providing some supply chain management functions. The Government will negotiate on a sole source basis with Honeywell Inc as they have rights to the drawings for the items to be included in the supply or service. This acquisition, under the new RFP Number FA8109-08-R-0001 due to organizational changes, was previously synopsized under RFP FA8103-07-R-0003, which synopsis is superceded by the current notification.The Contract is expected to be for five years as the basic requirements contract, with five (5) one-year options. The contract is expected to include pricing methods of firm fixed price, fixed price with incentive fee, cost plus fixed fee and cost plus incentive fee. The contract will not exceed 10 years. The Tinker Commodity Council contemplates negotiating a performance based logistic support services contract to support and sustain the B-1 Flight Control System and Central Air Data Computer. It is anticipated that the RFP will issue on or after August 3, 2009 and the response is expected by September 3, 2009. This effort is currently being accomplished as organic repair in the OC-ALC Depot Maintenance Shops. Honeywell will be entering into an agreement with the OC-ALC Depot Maintenance Shops to complete the effort. Honeywell will be providing total logistics support services to increase availability and reliability. It is requested that companies interested in sub-contracting opportunities contact Honeywell Inc. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. No technical data is available. The Government does not own data rights or cannot obtain the data.The NSN's to be serviced by this acquisition:B-1 Flight Control System:Line Replaceable Units (LRU) comprising the Flight Control System: P/N 4030468-907NSN6615-01-276-8318 Stability Control and Augmentation Subsystem (SCAS) Controller(two units per aircraft); P/N 4030469-903NSN6615-01-271-9168 FLAP/SLAT Controller(one unit per aircraft); P/N 4030471-911NSN6615-01-275-4675 Terrain Following Radar (TFR) Adapter(two units per aircraft) ; P/N 4030466-910NSN6615-01-282-8765 Automatic Flight Control System /TRIM Controller(one unit per aircraft); P/N 4030470-903NSN6615-01-036-3198 SPOILER Controller(one unit per aircraft); P/N 4030467-904NSN6615-01-035-1092 Automatic Flight Control System (AFCS) Logic and Structural Mode Controller (SMC) (one unit per aircraft); P/N 850048-904NSN6615-01-269-5439 Hinge Moment Limiter/Overwing Fairing (HML/OWF) Controller(one unit per aircraft); with Full Logistics Support for the foregoing items (Honeywell - original equipment manufacturer)and Central Air Data Computer (CADC): P/N 2118546-3-1NSN6610-01-269-5437 Central Air Data Computer (CADC) (one unit per aircraft)as to Repair/Asset availability support, in support of the B-1 Flight Control System and CADC. Line Replaceable Units (LRU) 6615-01-276-8318 Stability Control and Augmentation Subsystem (SCAS) Controller(two units per aircraft); 6615-01-271-9168 FLAP/SLAT Controller(one unit per aircraft); 6615-01-275-4675 Terrain Following Radar (TFR) Adapter(two units per aircraft) ; 6615-01-282-8765 Automatic Flight Control System /TRIM Controller(one unit per aircraft); 6615-01-036-3198 SPOILER Controller(one unit per aircraft); 6615-01-035-1092 Automatic Flight Control System (AFCS) Logic and Structural Mode Controller (SMC) (one unit per aircraft); 6615-01-269-5439 Hinge Moment Limiter/Overwing Fairing (HML/OWF) Controller(one unit per aircraft); with Full Logistics Support for the foregoing items (Honeywell - original equipment manufacturer), and 6610-01-269-5437 Central Air Data Computer (CADC) (one unit per aircraft), as to Repair/Asset availability support, in support of the B-1 Flight Control System and CADC. Acquisition Method Codes: Various - 3P, 3D, 3H and 4H. The current fleet is 67 B-1 aircraft. The NAICs Code is 334511.No history exists for this acquisition, as no service for availability and reliability has been previously purchased. All new buy history has been sole source to Honeywell with the most current Line Replaceable Unit (LRU) history as follows:NSNAward DateUnit PriceQTYNOUN6615-01-276-831814 Sep 01$171,242.2914 eaSCAS Controller;6615-01-271-916829 Sep 97$ 93,823.0018 eaFLAP/SLAT Controller;6615-01-275-467520 Sep 96$135,412.0021 eaTFR Adapter Assembly;6615-01-282-876502 Sep 99$137,000.0006 eaAFCS/Trim Controller;6615-01-036-319820 Sep 95$214,460.0015 eaSpoiler Controller;6615-01-035-109223 Sep 96$100,471.0006 eaAFCS Logic and SMC; 6615-01-269-543908 Feb 99$103,938.0007 eaHML/OWF Controller; and 6610-01-269-543720 Oct 82$148,725.2220 eaCADCThese items are currently repaired at OC-ALC with the exception of offloads which are sole source to Honeywell. The repair offload history for the LRUs is as follows: NSNAward DateUnit PriceQTYNOUN6615-01-276-831818 Jan 05$10,667.0080 eaSCASThe anticipated award date is September 2009. Qualification Requirements apply. Due to the complexity and criticality of this part, only actual manufacturers that have successfully completed all testing required by the original company responsible for the design, can be considered approved sources for this item. Written quotations are required. To: HONEYWELL INC. -Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. Based on 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 30 days of this notice. This acquisition involves technology that has a military or space application. The extent of foreign participation has not yet been determined. Nothing in this notice contradicts other restrictions, identified in the synopsis notice or solicitation, regarding eligible sources Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. AWARD WILL NOT BE WITHHELD AWAITING QUALIFICATION. For qualification information/source approval requests contact OC-ALC/BC, 3001 Staff Drive, Ste #1AC85A, Tinker AFB, OK 73145-3009. See Note(s) 22, 23 and 26. Interested parties may request copies of the draft Request for Proposal, draft Performance Work Statement, draft Performance Plan and draft Incentive Plan from the Primary Point of Contact: Linda W. Murphy, Linda.Murphy@tinker.af.mil, 448SCMG/PKBH, CONTRACTING, 3001 STAFF DR STE 2AC4 94B, TINKER AIR FORCE BASE OK 73145-3032. For additional information contact Linda W. Murphy at (405) 734-3266.Primary Point of Contact.: Linda W. Murphy Contracting Office Address: Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, OK, 73145-3015, UNITED STATES Place of Contract Performance: TINKER AFB, Oklahoma 73145United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8109-08-R-0001/listing.html)
 
Record
SN01844523-W 20090616/090614233034-5b21604ae286f07a9326c5949fbe36e2 (fbodaily.com)
 
Source
FedBizOpps 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.