|
COMMERCE BUSINESS DAILY ISSUE OF september 25,1995 PSA#1438Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir Avenue, Hill Air
Force Base, Ut 84056-5820 R -- FALCON 2020 SOL F42620-95-R-BBBBM POC For copy, PKX-2/Pamala
Chaffee/(FAX)801-777-7522, For additional information contact Lance
Hardman/Lfks/(801)777-6879 The following is provided for purposes of a
market survey of industry. Responses to this publication are elicited
to provide comment and to identify sources who believe they may have
the comprehensive knowledge, skills, and capacity to meet the Air
Force's overall requirement for implementing a long-term engineering
support program for continuing quality long-term sustainment of the
F-16 weapons system in the post-production environment through the year
2020 and beyond. The post-production program will support U.S. Air
Force (USAF), European Participating Air Forces (EPAF), and Foreign
Military Sales (FMS) customers for system sustainment following
completion of USAF and later FMS F-16 aircraft production contracts.
The Air Force acquisition team, under the auspices of the Falcon 2020
review program, is pursuing a sole source justification to solicit the
Lockheed Martin Company, Fort Worth Division (the F-16 Prime
contractor) as the only qualified source to provide these services.
Continuous day to day support including on-call technical expertise,
telephone support, temporary on-site support, long-term on-site support
(at Hill AFB) and specialized laboratory support for resolution of
specific problems and the flexibility to obtain major technical and
programmatic support to be defined is also required. Post-production
technical and programmatic support is required in the form of
specialized expertise, equipment, configuration management, data, and
tooling required to provide essential services for continued support
for the F-16 weapons system. Support will be required in the areas of
1) weapons system engineering and technical support, 2) system, item
and material support and services, 3) test and evaluation, 4)
industrial base, and 5) programmatics and configuration management. The
Government intends to provide for equitable allocation of cost share
for a quantifiable ''core requirement'' (infrastructure) and additional
support as required, amongst applicable customers without duplication
of effort while at the same time minimizing government and industry
resources required to administer the program. An addtional objective is
to provide flight test support to sustain test operations at the F-16
combined Test Force at Edwards AFB, CA and Eglin AFB, FL. Applicable
federal supply group: R414, engineering services. Program management
responsibility will be provided by OO-ALC/LF and the F-16 System
Program Office (SPO). The contract will be managed by OO-ALC/LFKS with
administration responsibilities delegated as applicable. Obviously,
extensive experience with the F-16 aircraft or as system integrator on
another major fighter weapons system is mandatory. Past performance
will be evaluated at a level at least equal to price in accordance with
latest DOD ''Streamlining'' procedures. Subject to Government
verification and in accordance with criteria to be detailed in the RFP,
the successful offerer will also be expected to demonstrate in their
proposals that they meet high standards for (1) knowledge and
understanding of the requirement, (2) facilities, employees with
satisfactory qualifications, databases and other resources reflecting
readily discernible capability and adequate capacity, (3) effective
purchasing systems, materials management, access to parts suppliers as
required, and viable subcontracting relationships or teaming concepts
as required, (4) and appropriate management and engineering expertise
to meet the technical capability required. Demonstration of these and
other capabilities in areas to be defined at the discretion of the Air
Force requiring activity may be detailed in the yet-to-be-released RFP.
Potential offerors may identify their interest and submit documentation
as to their general qualifications per the above within 15 days to
OO-ALC/LFKS, Bldg 1233, 6072 Fir Avenue, Hill AFB, UT 84056-5820, Attn:
Lance S. Hardman, Contracting Officer. Requests for further information
regarding this announcement should be directed to the contracting
officer. Only written responses received directly from the requester
will be acceptable. Each will receive a written response. (0264) Loren Data Corp. http://www.ld.com (SYN# 0066 19950922\R-0012.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|