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