Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 20,1996 PSA#1534

Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir Avenue, Hill Air Force Base, Ut 84056-5820

R -- R414 ENGINEERING SERVICES SOL F42620-96-R-1013 DUE 040596 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Lance Hardman/Lfks/(801)777-6879 In the Commerce Business Daily announcement of 20 Sep 95, reference F42620-95-R-BBBBM, the United States Air Force (USAF) issued a sources sought synopsis for comment. The USAF now announces it's release of the formal Request For Proposal (RFP) for F-16 post production engineering support at the overall weapons system level. This is under the auspices of the Falcon 2020 program, which is the Air Force's overall plan for implementing long-term engineering support and quality long-term sustainment of the F-16 weapons system in the post-production environment through the year 2020 and beyond. The post-production support contract 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 contract will establish a period for placement of delivery orders from the date of award through 31 Dec 1997, with four one-year options to follow through 28 Feb 2002. Continuous day to day support including on-call technical expertise, telephone support, temporary on-site support, long-term on-site support and specialized laboratory support for resolution of specific problems and the flexibility to obtain major technical and programmatic support to be defined will be acquired. Flight Test support and to maintenance support will also be acquired. Support will be located at Lockheed Fort Worth Company, on-site at Hill Air Force Base, at Edwards Air Force Base with support and potential travel as required at many other world-wide locations. Post-production technical and programmatic support will be acquired 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 acquired 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 including Technical Order Maintenance. An additional objective is to acquire flight test support to sustain test operations at the F-16 combined Test Force at Edwards AFB, CA and Eglin AFB, FL. 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. Program management responsibility will be provided by Ogden Air Logistics Center (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. Subject to Government verification and in accordance with criteria to be detailed in the RFP, the successful offerer will also 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. Requests for further information should be directed to the contracting officer at OO-ALC/LFKS, Bldg 1233, 6072 Fir Avenue, Hill AFB, UT 84056-5820, Attn: Lance S. Hardman/801 777-6879. 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. The approximate issue/response date will be 06 Mar 96. To: Lockheed Martin Corporation, Fort Worth Tx 76101-0748. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Requests for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. (0046)

Loren Data Corp. http://www.ld.com (SYN# 0044 19960216\R-0002.SOL)


R - Professional, Administrative and Management Support Services Index Page