SOURCES SOUGHT
16 -- Operational Flight Program (OFP) Development and Integration into the A-10 Aircraft
- Notice Date
- 4/5/2010
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8635-07-D-6000
- Point of Contact
- Linda G. Loftis, Phone: 937-904-5843, T. Kristina Hansman, Phone: 937-904-5840
- E-Mail Address
-
linda.loftis@wpafb.af.mil, kristina.hansman@wpafb.af.mil
(linda.loftis@wpafb.af.mil, kristina.hansman@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Description This notice is being generated to conduct market research prior to increasing the ceiling price of the existing A-10 Operational Flight Program (OFP) development and integration into the A-10 fleet in conjunction with the on-going Precision Engagement (PE) modification indefinite delivery/indefinite quantity contract. The current contract ceiling price is $78.5M and the contemplated ceiling increase is $50M. The 641st Aeronautical Systems Squadron contemplates awarding additional delivery orders under the existing flexible acquisition for the A-10 OFP. This effort includes future enhancements or improvements. The flexible acquisition for the A-10 OFP will contain multiple contract types at the contracts line item level (e.g. firm-fixed price, cost-plus-fixed-fee, time & materials, etc.) to accommodate a wide range of potential tasks. The original estimated minimum/maximum amount for the flexible acquisition was anticipated to be $75M; this action will include a $50M ceiling increase for a total estimated maximum amount of $125M. Contract efforts are subject to FAR 52.232-18 availability of funds. The A-10 is a single plane, pressurized, low wing and tail aircraft powered by two General Electric TF34-GE-100A turbo-fan engines, capable of worldwide deployment and operation from austere bases with minimal support equipment. Major aircraft modification programs, such as Integrated Flight and Fire Control Computer (IFFCC) and PE are currently in progress. The IFFCC began fielding in 2003 and the PE in 2006. These programs will provide the A-10 with new combat capabilities to employ a variety of smart weapons plus improved situational awareness, and enhanced target identification and designation capability. The A-10 OFP contract will include requirements for software development and integration, systems engineering, system/sub-system integration, program integration, program management, configuration management and configuration status accounting, development and preparation of source data for technical orders/data /publications, support equipment, procurement, and OFP installation and flight test support. Development and integration of OFP modifications into the A-10 fleet has already begun under the existing OO-ALC and ASC contracts. At a minimum, the A-10 OFP development and integration contractor will need associate contractor agreements with the current prime contractor, Lockheed Martin Systems Integration-Owego (LMSI), 1801 State Route 17C, Owego, NY 13827-3998. Some level of data rights and proprietary data are owned by LMSI and LMSI owns the majority of the System Integration Laboratory (SIL) equipment and operates the SIL at the LMSI Owego facility. The A-10 OFP contractor will be required to use the LMSI SIL in performance of this contract. The 641st AESS encourages interested subcontractors to contact LMSI for subcontracting work related to the above described integration. The LMSI point of contract is Ms. Rebecca Shuey, 607-751-4280. THIS IS NOT A REQUEST FOR PROPOSAL SUBMISSION. It is a market research tool to determine the availability and adequacy of potential sources. The 641st AESS is surveying the market to determine if any sources are qualified to perform all of the aforementioned requirements for this contract. Firms responding to this announcement should indicate whether they are a large or small business in relation to North American Industrial Classification System (NAICS) Code 336413, Other Aircraft Parts and Auxiliary Equipment Manufacturing. All prospective contractors must be registered in the Central Contractor Registration (CCR) database to be awarded a DoD contract. In addition, interested firms should submit sufficient information that will permit evaluation of technical capabilities. Information should be pertinent and specific to the A-10 OFP development and integration and address the following: (1) Experience: An outline of previous or current contracts of the same type and scale as defined in this synopsis; (2) Personnel: Names, professional qualifications and specific experience of personnel who may be assigned to key positions for this contract; (3) Identification and discussion of unique qualifications and ability to perform in the capacity of OFP development and integration with the A/OA-10 weapon system, along with discussion of the business relationships (and capability to establish those relationships) envisioned in this role; (4) Any other specific and pertinent information that would enhance our consideration and evaluation of the information submitted. All parties are asked to provide a contact name, telephone number, an e-mail address and a facsimile number in their response. Information marked Proprietary will be protected and will not be divulged unless mandated by existing laws. Interested firms should submit sufficient information which will permit evaluation of technical capabilities in writing or electronically to 641 AESS/SYKA, Attention: Linda Loftis, 2725 C Street, Area B, Bldg 553, Wright-Patterson Air Force Base, Ohio, 45433-7424 not later than fifteen (15) calendar days from the date of this announcement. If solely interested in subcontracting only, please state so in your response. Response is limited to six (6) pages. An electronic transmission in Microsoft office compatible is acceptable and can be sent to e-mail address linda.loftis@wpafb.af.mil. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from the potential offerors when an offeror prefers not to use established channels to communicate his/her concern during the proposal development phase of this acquisition. Potential offerors should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman, Howard E. Marks, Jr., Chief, Acquisition Center of Excellence, Aeronautical Systems Center, 1755 11th St, Bldg 570, Room 101, Wright-Patterson AFB OH 45433-7404, at (937) 255-8642 with serious concerns only. Routine communication concerning this acquisition should be directed to Linda Loftis at e-mail linda.loftis@wpafb.af.mil, phone number (937) 904-5843, 641 AESS/SYKA, 2725 C Street, Area B, Bldg 553, Wright-Patterson AFB OH 45433-7424.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8635-07-D-6000/listing.html)
- Place of Performance
- Address: Lockheed Martin Systems Integration-Owego (LMSI), 1801 State Route 17C, Owego, New York, 13827-3998, United States
- Zip Code: 13827-3998
- Zip Code: 13827-3998
- Record
- SN02113200-W 20100407/100405235238-1763f43ff5595e0c4f70cf0f358ea48f (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 |