Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 21,1996 PSA#1726

Contracting Office, Aeronautical Systems Center B-2 Systems Program Office, ASC/YSDIK, Wright-Patterson AFB OH 45433-6503

15 -- 15-B-2 AIRCRAFT MULTI-STAGE IMPROVEMENT PROGRAM (MSIP) POC Contact Point/Contracting Officer: Program Manager-Laetta Gayheart (513) 255-9502;Robert L. Pinkus, Contracting Officer (513) 255-1898. The B-2 System Program Office (ASC/YS) contemplates a Multi-Stage Improvement Program for the B-2 aircraft system/subsystems which will include engineering manufacturing development (EMD), production and support to be acquired via initial and follow-on contracts. This announcement is for the initial contract which is anticipated to be a 5-year Indefinite Delivery Indefinite Quantity (IDIQ) type contract which will contain multiple contract types at the line item level (e.g., cost-plus award fee, time & materials, firm fixed price, etc) to accommodate a wide range of potential tasks, the estimated minimum contract value is anticipated to be at least $1M with a maximum contract value of $490M over the 5-year period contingent upon funds availability. The anticipated award date for this IDIQ type contract is mid 1997. The first delivery order issued under this IDIQ contract will satisfy the minimum contract value. This contract may include level of effort activities as well as discrete tasks for conducting analyses, studies, planning, design/development, qualification/test, production, kits/retrofit/initial spares, integration, installation, training, support, sustainment, flight test infrastructure, and program management. No Government Furnished Information will be provided. The Government cannot predetermine at the project level the precise B-2 aircraft improvements and associated quantities/deliveries to be acquired within a 5-year window. As a result, the requirements for this acquisition are further defined in terms of functions to be performed relative to improvements to the B-2 aircraft system/subsystems and may include some or all of the following: engineering, hardware component/ subsystem development and/or modification, test, integration, fabrication, installation and support, software development, test, integration/installation/support, including software block updates, kit prototype, flight test, retrofit, production as required (e.g., tooling design/change, systems engineering, hazardous material elimination/reduction, etc), identification of impacts/correction as required relative to updating the support structure for organizational, intermediate & depot levels (e.g., support equipment, technical orders, spares, training, etc), operation and maintenance of facilities to support changes. The B-2 SPO is surveying the market to determine if any sources are qualified to perform all of the aforementioned requirements for the initial IDIQ contract for the B-2 Multi-Stage Improvement Progam. Qualified sources must have in-depth knowledge of the B-2 aircraft design and have the existing capability to perform all of the previously stated requirements for improvements to the B-2 aircraft system beginning in mid 1997. Interested sources must submit the following information for Government evaluation: (a) Description of existing aircraft system experience relative to EMD/production/support activities to include an outline of previous projects and the associated work performed, (b) Description of capability to design, develop, integrate, fabricate, test, install and support improvements to aircraft systems. This description shall include the contractor's capability to provide for the security of classified and unclassified hardware and storage/handling of documentation up to the TOP SECRET SPECIAL ACCESS REQUIRED (SAR) Level. Minimum personnel security clearance requirements for this effort are SECRET, (c) Qualifications of lead management and engineering personnel projected to work on this contract (to include education, background, accomplishments, and other pertinent information relevant to the tasks outlined above), (d) Organizational structure, with emphasis on how this project fits into the overall company's aircraft systems development process, (e) Information on existing plant, laboratory, test and production facilities needed to accomplish these requirements, including TEMPEST facilities needed to develop and test hardware and software, (f) Any deficiencies in capability and a proposed fix to those deficiencies, (g) If subcontractors are to be utilized, similar information as requested above for the prime contractor is required for each identified subcontractor. The SIC Code for this acquisition will be 3721- Aircraft. Interested sources shall also include their Size and CAGE code in the information provided. The information must be submitted to ASC/YSDIK, Attn: Ms. Carol White, 2275 D. Street, Suite 16, Wright-Patterson AFB OH 45433-6503 within 15 calendar days from the date of this announcement. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from the potential offerors when an offeror prefers not to use established channels to communicate his/her concern during the proposal development phase of this acquisition. Potential offerors should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman, Daniel L. Kugel, ASC Ombudsman, ASC/SY, 2475 K. Street, Suite 1, Wright-Patterson AFB OH 45433-7642, at (513) 255-5185, with serious concerns only. Direct all requests for solicitations and routine communication concerning this acquisition to Carol White, Contract Negotiator, ASC/YSDIK, 2275 D. Street, Suite 16, Wright-Patterson AFB OH 45433-6503 at (513)-255-1989. 2 (0324)

Loren Data Corp. http://www.ld.com (SYN# 0106 19961120\15-0001.SOL)


15 - Aircraft and Airframe Structural Components Index Page