Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 15,1996 PSA#1573

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

R -- F-16 POST PRODUCTION RADAR SOL F42620-96-R-1019 DUE 053196 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 12 Oct 95, reference F42620-96-R-AAAAC, the 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 Radar engineering services support. 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 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 radar system sustainment following completion of USAF and later FMS F-16 aircraft production contracts (radar equipment provided to aircraft production contracts at LFWC to date has been as GFP for ''production install''). A base period for ordering from 03 Jan 97 through 31 Dec 97 with four one year options through 31 Dec 2001 thereafter is planned. The Air Force acquisition team is pursuing a sole source justification to solicit the Northrop Grumman Corporation, formerly Westinghouse Electric Corporation, Aerospace Division, Electronic Systems Group, (the F-16 Radar Prime contractor) as the only qualified source to provide these engineering 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 F-16 radar systems. Support will be required in the areas of 1) radar 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'' 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 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 and it's radar systems or other major fighter weapons system radar is mandatory. In accordance with the market survey already conducted and the sole source procedures referenced above, only one known qualified source has been identified. 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 offeror will also demonstrate 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. The approximate issue/response date will be 01 May 96. To: Westinghouse Electric Corp, Baltimore Md 21203-0746. 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. (0102)

Loren Data Corp. http://www.ld.com (SYN# 0056 19960412\R-0001.SOL)


R - Professional, Administrative and Management Support Services Index Page