Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 6,1995 PSA#1425

ASC/YDK, Bldg 16, 2275 D Street, M/S 16, Wright-Patterson AFB, OH 45433-7233

16 -- CONVENTIONAL BOMB MODULES POC Cyndi Crews/Chris Telepak, Contracting Officer, (513) 255-5024. This CBD announcement constitutes a Sources Sought Synopsis. The B-1B System Program Office (SPO), Aeronautical System Center (ASC), is planning for production of fifty one (51) B-1B Conventional Bomb Modules (CBM), part number L6317601-001, to carry ten (10) Cluster Bomb Units 87/89/97 (CBUs). The CBM is certified for conventional weapon use only. The Air Force is anticipating awarding a contract in July 1996 to a single contractor who will be best qualified to manufacture fifty one (51) ten station conventional bomb modules. The contractor will be responsible for the following: 1) Manufacturing and assembly of the 10 Station Conventional Bomb Modules. This effort will include manufacturing suspension and release equipment for 1000 lb. class weapons (capability to safely carry, jettison and release weapons up to 1250 lbs), the weapons module, store/launcher mechanical and electrical interfaces and the necessary line replaceable units (LRU's) for weapon employment, 2) Procuring materials, setting up a production line and producing the necessary hardware to support the manufacture of 51 Conventional Bomb Modules, 3) Identifying, modifying and/or fabricating the required support equipment, 4) Validating the Conventional Bomb Modules meet Air Force requirements through analysis, demonstration and/or functional testing prior to delivery to the Air Force. Contractors interested in this effort must submit the following information for evaluation to the government, responses should be concise and program specific: 1) Description of experience in the manufacture and assembly of conventional weapon suspension and release equipment, specifically ejector racks, support structures, safety lock systems, electrical cabling and associated LRU's. 2) Description of facilities/assets currently available to accomplish the fabrication and assembly of machine parts, cabling and LRU's. 3) List the qualifications of lead management, engineering, manufacturing and quality assurance personnel projected to work on this program as related to B-1B and/or other Air Force (or other comparable program) aircraft component or subsystem production experience. 4) Indication of large or small business in relation to SIC code 378, size standard 1000 employees. 5) Indication of level and types of B-1B technical data, analytical tools and databases required to support those tools required to perform fabrication and assembly for this production effort. Data provided by the Air Force will be on an ''as is'' basis. B-1B data is available on the CBM and specifications and drawings for the CBM's will be provided. The Government does not posess a complete drawing package at this time, the Air Force intends to have a complete drawing package before the final solicitation is released. 6) Please indicate if your interest is as a prime or subcontractor. It is the intent of the Air Force to make arrangements for a site visit to Edwards AFB, CA for interested contractors to view the 10 Carry Bomb Module. The anticipated date of the site visit to Edwards is the second or third week in October 1995. Please indicate in your response if you are interested in viewing the bomb module at Edwards AFB. It is also the intent of the Air Force to visit prospective prime contractor's facilities to perform a preliminary assessment of manufacturing capabilities. The government reserves the right to break out components and set aside specific tasks for small business. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concern from potential offerors when an offeror prefers not to use established channels to communicate his concern. Potential offerors are invited to contact ASC Ombudsman, Col. Robert C. Helt, Program Management, ASC/CY, WPAFB, OH at (513) 255-0626 with serious concerns only. Routine concern communication should be directed to the point of contact listed below. Foreign participation at the prime contractor level is not authorized for this effort. Potential offerors are requested to submit two (2) copies of an unclassified response (limited to 10 pages) within 30 days after publication of this notice to ASC/YDK, 2275 D Street, M/S 16, WPAFB, OH 45433-7233, Attn: Ms Cyndi Crews, Contract Negotiator, (513) 255-5024. Requests for further information regarding this announcement should be directed to the Contract Negotiator. (0244)

Loren Data Corp. http://www.ld.com (SYN# 0130 19950905\16-0008.SOL)


16 - Aircraft Components and Accessories Index Page