Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2011 FBO #3673
SOURCES SOUGHT

15 -- C-5 AMP/RERP Sustainment

Notice Date
12/13/2011
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
C-5_AMP_RERP_Sustainment
 
Archive Date
1/14/2012
 
Point of Contact
LaToya Brown, Phone: 4789265110
 
E-Mail Address
latoya.brown@robins.af.mil
(latoya.brown@robins.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS POSTING IS FOR MARKET RESEARCH PURPOSES ONLY AND IS NOT A REQUEST FOR PROPOSAL (RFP). Warner Robins Air Logistics Center (WR-ALC), Galaxy Division (C-5) is issuing a Request for Information (RFI) as part of a market research and information gathering process. It does not constitute a RFP, nor is it to be construed as a commitment by the Government. Respondents are solely responsible for all expenses associated with this RFI. Responses to this RFI are not a request to be added to a prospective offerors list or to receive a copy of the solicitation. The Government will not reimburse interested sources for any costs incurred in preparation of a response to this notice. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. If a solicitation is released it will be synopsized in Federal Business Opportunities (FedBizOpps). It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. Background: The purpose of this inquiry is to gain industry input as to the availability of sources capable of providing sustainment services for aircraft modified by the Avionics Modernization Program (AMP) and Reliability Enhancement and Re-engining Program (RERP). Responses will help Warner Robins Air Logistics Center (WRALC) understand more about industry interest in the proposed work anticipated to be performed. The Government does not own any data rights that could be provided in support of these services. The original AMP/RERP sustainment support contracts were not developed for the Government to retain ownership or unlimited usage of the technical data. These services may require support of Lockheed Martin Aeronautics Company (LM Aero), who was awarded the original production contracts for AMP in 1999 and RERP in 2001. Technical data sufficient for competitive bidding does not exist. Technical data is proprietary to the original equipment manufacturer, Lockheed Martin Aeronautics (LM Aero) who is the only source that possesses the data to complete the required sustainment services while maintaining configuration control, Total Integrated Systems Performance Requirements (TISPR) continuity, and schedule control. Technical data is not owned by the Government, 100% of the AMP/RERP software and Line Replaceable Unit (LRU) technical data is proprietary to LM Aero and their subcontractors. The Government does not currently have access to or configuration control over the complete technical data or programming associated with the AMP/RERP programs, including applicable technical manual sustainment. The AMP requirements are currently being managed and executed at Warner Robins Air Logistics Center under a sole source Contractor Logistic Support (CLS) contract (FA8525-11-D-0001) with the Original Equipment Manufacturer (OEM) Lockheed Martin Aeronautics, Marietta, Georgia (LM Aero). The RERP requirements are currently at Wright Patterson Air Force Base under an Interim Contractor Support (ICS) contract (FA8625-09-D-4685) with LM Aero. Description : The primary purpose of the AMP/RERP contract is to provide sustainment support for AMP/RERP modified aircraft to include supply management of AMP and RERP peculiar items, repair and replenishment of assets, base level support, and administration/management. The Contractor will be required to repair or manufacture Line Replacement Units (LRUs) aircraft components which are to be fully integrated in the C-5 aircraft with no loss in system performance or functionality of the current C-5A/B/C. This allows the government to maintain and operate AMP and RERP modified C-5 aircraft worldwide. Information requested : Interested parties are requested to provide the following availability data: (a) A brief description of your company including, name and address of firm, ownership, year firm established, its size, major products, and primary customer focus. (b) A discussion of your company's past experience and performance on Contract Logistics Support (CLS) of C-5 or similar type military cargo aircraft. (c) Any other corporate information respondents deem necessary to aid the Government in making an informed assessment. (d) Please limit the response to 3 pages. Point of Contact (POC) : Any questions about this RFI should be in writing and sent by email to latoya.brown@robins.af.mil. RFI responses are due no later than 4:00 p.m. (EST) on 30 December 2011. All submissions must be submitted via email to latoya.brown@robins.af.mil. If proprietary information is included in the response, please mark the proprietary information appropriately and provide disposition instructions. Any information that is not marked as proprietary will not be considered as proprietary and may be subject to disclosure to third parties.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/C-5_AMP_RERP_Sustainment/listing.html)
 
Record
SN02637981-W 20111215/111213234133-b162b83a99452800be89b8aa1c29fcca (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.