Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 18,1996 PSA#1553

Directorate Of Contracting, Oo-Alc 6014 Dogwood Avenue/Bldg 1258, Hill Air Force Base, Ut 84056-5816

14 -- LRIP SOL F42610-96-R-BBBBA POC For copy, Peggy Arensdorf/Lmke/(801)775-2126, For additional information contact Peggy Arensdorf/Lmke/(801)775-2126 Item 0001 NSN 1400- - - . Item 0002 This synopsis is for information and planning purposes, does not constitute an IFB or RFP, and is not a commitment by the government. The Intercontinental Ballistic Missile (ICBM) System Program Office (SPO) anticipates awarding a contract in FY97 for Low Rate Initial Production (LRIP) of Minuteman III (MM III) Guidance Replacement Program (GRP). The effort will consist of producing hardware and providing associated services to produce and install NS-50 kits into the NS-20 guidance system resulting in the NS-50 guidance system. This will enable deployment of the modified guidance set in FY98. The following information is provided to do a market survey of industry to see if there are any potential contractors, in addition to Rockwell International, who have the facilities, equipment, knowledge, and skills required to complete this effort. This effort includes LRIP and installation of the MM III GRP NS-50 modification kit, production of maintenance support equipment, production of factory support equipment and tooling to support full rate production, initial spares, and respective training. The anticipated LRIP contract will be concurrent with the GRP Engineering and Manufacturing Development (EMD) contract with Rockwell International and will required Delivery Schedule Protection (DSP) materials to support the LRIP delivery schedule. Major tasks under this contract will include modification and testing of existing MM III gyro-stabilized platforms and gyro compass assemblies; production and testing of new missile guidance computers, missile guidance set controllers, power distribution units, electronic cable assembly sets, Mod-7 wafer interface cards, missile guidance set test sets, guidance missile systems component test stations, gyro test stations, missile system test equipment calibrator sets, electrical-electronic equipment test stations, test and buffer units, electro-optical system components test stands; installation of kits and test of MM III guidance sets; installation and checkout of support equipment at the MM III strategic missile support bases and repair depot; training of missile support base and depot repair personnel; production of full rate tooling; and failure analysis of LRIP fielded hardware. The EMD redesigned hardware will be unavailable due to concurrency of the design and LRIP contract period of performance. Also, the MM III guidance system is currently in use by Air Force Space Command and therefore there is limited number of government furnished property (GFP) assets to support multiple contracting efforts. Subject to the government's considerations, a viable source, which is not already qualified to provide the requisite services, will submit a concise and program specific response presenting sufficient information to substantiate that they have (1) the necessary knowledge and understanding of the requirements; (2) facilities and employees with satisfactory qualifications; (3) management and engineering experience with ICBM guidance systems and/or similar programs to be able to conduct the engineering, production, and technical requirements with minimal technical, schedule, or cost risk. In addition, a viable source which is not currently qualified, will conduct a demonstration of capability prior to award of contract. Rockwell International, Autonetics & Missile Systems Division, Anaheim, California is the only known source to the services identified hereunder. The response shall describe the potential offeror's qualifications in the following areas: (1) ICBM MM III guidance programs. Describe the current and past MM III guidance programs conducted by the potential offeror and its relevance to the services described herein. (2) Management System. Describe the management approach to be employed on the program. (3) Personnel experience. Describe the qualifications of personnel projected to work on this program. Management, engineering, and technical personnel should have experience on MM III guidance and/or similar programs. Include the details of the programs/contracts worked. (4) Facilities. Describe the facilities projected to be utilized for the required effort. (5) Demonstration of capability. Describe the plan (and schedule), prior to contract award, that demonstrates the potential offeror's capability to perform the tasks required. 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. Potential offerors may identify their interest and capability to respond to the requirements. Potential offerors are requested to submit two (2) copies of an unclassified response (limited to 50 pages) within ten (10) working days after publication of this notice to OO-ALC/LMKE, Attn: Peggy Arensdorf, 6014 Dogwood Ave/Bldg 1258, Hill Air Force Base, Utah 84056-5816. 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 listed. Requests for further information regarding this announcement should be directed to the contracting officer. No telephone or fax requests. Only written requests received directly from the requestor are acceptable. (0074)

Loren Data Corp. http://www.ld.com (SYN# 0262 19960315\14-0002.SOL)


14 - Guided Missiles Index Page