Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF september 25,1995 PSA#1438

Directorate 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