Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2010 FBO #3003
SOLICITATION NOTICE

16 -- LAIRCM C-5 Production Contract

Notice Date
2/11/2010
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
1940 Allbrook DriveSuite 3Wright-Patterson AFB, OH
 
ZIP Code
00000
 
Solicitation Number
FA8625-07-R-6473
 
Response Due
2/11/2010
 
Archive Date
3/11/2010
 
Point of Contact
Frieda Thornton, (937) 656-9175
 
E-Mail Address
Frieda.Thornton@wpafb.af.mil;
(Frieda.Thornton@wpafb.af.mil;)
 
Small Business Set-Aside
N/A
 
Description
This announcement is an update to a synopsis originally posted on 12 December 2006 and revised synopsis posted on 19 March 2007, both referenced as solicitation number FA8625-07-R-6473. The 716 Aeronautical Systems Group (716 AESG) (formerly ASC/GRA), awarded a sole source contract to Lockheed Martin Aeronautics (LMA) Marietta GA on 28 June 2007 for the procurement and manufacturing of the C-5 Large Aircraft Infrared Countermeasure (LAIRCM) Group A Hardware, kit assembly (which is the assembly of the C-5 LAIRCM Group A hardware with the government furnished Group B components), C-5 LAIRCM Group A Spares, Interim Contractor Support (ICS) for Group A hardware, Installation of the C-5 LAIRCM Kit for Lot 1 only (Fiscal Year (FY) 08), and associated over and above for legacy issues encountered d! uring kit installation. As intended, the Government solicited and negotiated with only one responsible source under the authority of Federal Acquisition Regulation (FAR) 6.302-1 "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements." This remains unchanged. This requirement was not a set-aside for small business and is covered under the North American Industry Classification System (NAICS) Code 334511, remains unchanged. A production and installation (one lot only for installation) contract was awarded on 28 June 2007 for FY07 Group A Kit Procurement and FY07 Initial Group A Spares and included un-priced options for FY08 Kit Assembly, FY08 Group A Interim Contractor Support (ICS), FY08 Kit Installation and FY08 Rapid Repair and Response (over and above) for legacy issues encountered during kit installation. This contract also contained un-priced options for FY08 through FY11 for Group A kit procurement, initial group A spares, ! kit assembly, and ICS for Group A components. The C-5 LAIRCM Program is buy-to-budget and is currently dependent on the receipt of Overseas Contingency Operations (OCO) funding. The lot profile is updated as follows: 8 Group A kits in Lot I (FY07); zero Group A kits in Lot II (FY08); 12 in Lot III (FY09); and from 1 to 8 each per FY for FY10 through FY16 for a maximum of 51 kits for all FYs (FY07 through FY16). The 716 AESG intends to award a contract modification to Contract FA8625-07-C-6473 with Lockheed Martin Aeronautics Marietta GA in July 2010 to continue performance of the C-5 LAIRCM Group A Kit procurement/assembly and spares.. The Group A kit procurement and assembly cost is estimated to increase from $24 million to $61 million. As a result, there would be an overall increase in the estimated price for contract actions under this contract to increase from $34.4 million to $71.4 million. The period of performance associated with this effort is 112 months which covers kits procurement and assembly beginning in FY07 and lasting th! rough FY16, for a maximum of 51 aircraft under the C-5 LAIRCM production effort. The estimated value is derived using variable quantities from one to eight aircraft per year. It is anticipated that the above increase will cover the estimated costs associated with 51 C-5 LAIRCM production kit procurement and assembly, which along with one previously approved as part of the C-5 LAIRCM System Development and Demonstration (SDD) program, allows for kit procurement and assemblies on all C-5 B/M model aircraft. LMA is the developer of the C-5 LAIRCM Group A hardware and the development aircraft was delivered 31 January 2008. In order for another source to manufacture the C-5 LAIRCM Group A hardware, that source would require knowledge of or access to LMA proprietary internal specifications and standards which the government does not have the rights to. The LAIRCM system must integrate with all systems, subsystems, and components of the C-5 B/M model aircraft. LAIRCM must be! installed in the aircraft without any degradation of performance of the aircraft. LMA, the original manufacturer of the C-5 aircraft, is the prime contractor for both the C-5 Avionics Modernization Program (AMP) and C-5 Reliability Enhancement and Re-Engining Program (RERP). Both of these modernization programs must be considered in the design and fabrication of the Group A components and the integration of the Group A and Group B components into the resulting C-5 LAIRCM Kit. The installation Time Compliance Technical Order (TCTO) which would be required by another potential source to bid on and accomplish the first C-5 LAIRCM installation was not available at the time of contract award on 28 June 2007 for the first Lot. LMA through Lockheed Martin Integrated Systems under contract F09603-01-D-0207-0115 developed the initial Group A hardware and assembled and installed the Group A/B kit on the first aircraft, and delivered the necessary installation TCTO in March 2008, which was verified with the first production aircraft installation und! er Lot 1 (FY08) on 27 June 2008 which allows for the procurement for the installation only of the C-5 LAIRCM Kit for future lots via competition. Because the Government plans to issue a sole source solicitation to FA8625-07-R-6473, an additional synopsis will not be issued. The approximate issue date of the solicitation will be 30 March 2010. The approximate response date of the solicitation will be 31 May 2010. This notice of intent is not a request for competitive proposals. For additional information please contact Frieda Thornton at Aeronautical Systems Center, Wright Patterson Air Force Base, ATTN: Frieda Thornton 716 AESG/SYK, 2275 D Street, Bldg 16, Rm 127, Wright-Patterson AFB OH 45433-7239, fax to (937) 656-7026 or E-mail to Frieda.Thornton@wpafb.af.mil. For more information on "LAIRCM C-5 Production Contract", please refer to:https://pixs.wpafb.af.mil/pixs_solicitation.asp?id=6431
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8625-07-R-6473/listing.html)
 
Record
SN02064208-W 20100213/100211235754-1a79b9b5701664dc3ff42bfb061d0888 (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.