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