Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 23,1996 PSA#1579

Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015

15 -- CORROSION CONTROL CAPABILITIES SOL F34601-96-R-0068 POC For copy, Della Wyatt/Ladca/(405)739-4139, For additional information contact Della Wyatt/Ladca/(405)739-4139 Item 0001 NSN 1500-00-000- . Destn: Tinker Air Force Base Ok 73145-3015. Item 0002 17. Sources Sought. Additional corrosion control capabilities at OC-ALC. The Air Force intends to release a Request for Proposal (RFP) (IAW FAR Part 12, Acquisition of Commercial Items) for aircraft paint, paint removal, and associated tasks on the B-1, B-52, C/KC-135, E-3, and E-6 aircraft at Tinker AFB, OK. This capability is needed to eliminate a capacity shortfall for aircraft paint and paint removal at OC-ALC, while ensuring environmental compliance and potentially reducing cost. The program will require a joint City of Oklahoma City, government, and industry teaming effort. An opportunity exists for the contractor to perform commercial aircraft work facilitated by airfield landing rights at Tinker AFB, OK. The role of the City of Oklahoma City in this project will be to provide land and financing for the construction of the facilities and to lease these facilities to the contractor. The Oklahoma City Airport Trust (''the Trust'') will issue revenue bonds to finance the construction of the corrosion control facilities adjacent to Tinker AFB, OK on land owned by other municipal entities. The Trust will enter into a lease agreement with the contractor which will provide for the following: the lease rental payments will be structured to repay the debt service on the bonds, operation and maintenance of the facilities, easements, insurance, indemnification, and other standard terms and conditions. The term of the lease agreement is expected to be 20 years and must be at least as long as the term of the bond issue. The revenue bonds will be issued on a taxable basis. The bonds will be primarily secured by the lease payments under the lease agreement with the contractor. To ensure the repayment of the bonds, the Trust will require that the contractor have a strong credit history and sound current financial condition and outlook. The Trust will require the contractor to commit to a corporate guarantee and/or letter of credit guaranteeing the lease payments for the term of the agreement. The lease agreement, contractor's guarantee, and contracts with Tinker AFB, OK must be structured to enable the bond issue to receive at least an investment grade rating. The Trust prefers that the bond issue also qualify for credit enhancement through bond insurance or a bank letter of credit. OC- ALC's role is to be a source for corrosion control workload. The contract is anticipated to be FIrm Fixed Price with Economic Price Adjustment (FFPw/EPA) provisions and an award fee feature. The period of performance is expected to be for 20 years, Dec 98 through Dec 18. Facility must be operational to perform paint/paint removal requirements no later than Dec 98. A Draft RFP is scheduled to be released 07 May 96. A Pre-Solicitation Conference/Industry Day is scheduled for 22-23 May 96 at 0900 in the Natural Resources Center, Bldg 1093, at Tinker AFB, OK. During the Pre- Solicitation Conference/Industry Day the goverment would like to conduct a site visit with all potential offerors to tour existing OC-ALC corrosion control facilities and observe current government processes. The release date for the formal RFP is scheduled for 28 Jun 96 with a closing date of 15 Aug 96. Anticipated award date is no later than 30 Nov 96. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requesed, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736- 3273. The Ombudsman should only be contacted with issues or problems that have been previously brought to the attention of the contracting officer and could not be satisfactorily resolved at that level. In an effort to steamline the communication process between the government, industry, and the City of Oklahoma City specific questions concerning the requirement(s) are to be addressed to OC-ALC/LAD, Bldg 3001, Ste 2AG98A, Tinker AFB, OK 73145-3020, ATTN: Patricia Tracy, Team Leader (405) 739-4221, Della Wyatt, Contracting Officer, (405) 739-4139, or Loren Schrader, Contracting Officer, (405) 739-3829, facsimile (405) 739-7950 or (405) 739-2378. Due to the aggressive acquisition schedule for this requirement and the intricate teaming arrangement that may be involved, contractors are encouraged to contact the above individuals as soon as possible. The approximate issue/response date will be 18 Apr 96. 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. (0110)

Loren Data Corp. http://www.ld.com (SYN# 0131 19960422\15-0007.SOL)


15 - Aircraft and Airframe Structural Components Index Page