Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 13,1997 PSA#1782

Headquarters Aeronautical Sytems Center, ASC/YCK, Building 558, 2590 Loop Road Wst, Wright-Patterson Air Force Base, OH 45433-7142

15 -- C-17 INTERIM CONTRACTOR SUPPORT WITH FLEXIBLE SUSTAINMENT PROGRAM SOL F33657-97-R-0008 DUE 031497 POC Contracting Officer, Roger Mullins, 937/255-1079. Reference to CBD Announcement, Issue No. PSA -- 1736, dated 06Dec96, amended by PSA -- 1753, dated 02Jan97. The subject synopsis is hereby amended to include the core engine as part of the total C-17 depot-level maintenance support program. The core engine maintenance was previously synopsized in the CBD on 24Jul96, Issue No. PSA -- 1643. This change supports the Air Force's requirement for single point management of the total C-17 weapon system sustainment. Interested contractors are requested to submit a Statement of Capability (SOC) as stated in this synopsis, regardless of previous submittal. The entire revised sources sought synopsis is reprinted for clarity. The purpose of this sources sought synopsis is to identify prime offerors who meet the requirements identified below. The C-17 Interim Contractor Support (ICS) with Flexible Sustainment program is designed to satisfy the Government's goals of achieving improvements in logistics support and mission readiness while reducing operating and support costs. Flexible Sustainment is an interim program (1998-2005) which provides total program depot-level maintenance support for the C-17 fleet, including the propulsion system, during the current C-17 production schedule. Organizational-level maintenance will remain with the Air Force. This effort is a culmination of existing support contracts and post-BRAC planned organic depot support. Contract award is estimated to occur in the first quarter of fiscal year 1998. Flexible Sustainment goals are to adopt world class business practices, integrate commercial and military industrial bases, depend on performance specifications and commercial standards, streamline processes to reduce cost and cycle time, streamline technology insertion processes, and enhance Small Business/Small Disadvantaged Business opportunities. The attainment of these goals will result in increased C-17 readiness and decreased life cycle costs. The offeror must provide single point management for all C-17 sustainment activities including: program management, materiel management, sustaining engineering, heavy aircraft maintenance, control of support assets, data, and quality assurance. Establish or demonstrate the capability for Program Management -- plan for support of entire C-17 fleet, budget, execute, and report program performance for an ICS program for the C-17 air vehicle and associated peculiar support equipment, establish contracts where appropriate to provide sources of supply and repair for products and services available within both government and industry to include conducting best-value competitions where appropriate, and provide the government direct access to integrated management information components. In the area of Materiel Management -- show the capability for supply support in managing, cataloging, determining requirements, procuring, distributing, engineering, modifying, performing depot level repair of reparables, overhauling, and disposing of materiel. This would include the establishment of Contractor Operated Support Sites (COSS) for high demand items, flyaway kit replenishment, and enroute replenishment at each of four Main Operating Bases. Perform Sustaining Engineering including: airworthiness support, support engineering, Reliability Based Logistics (RBL), software planning and execution, failure investigations, and Configuration Management. The offeror must perform Reliability Based Logistics functions as well as software management and configuration change control for the C-17 weapon system. Conduct aircraft heavy maintenance -- plan and perform all scheduled/unscheduled depot level heavy maintenance/repair, corrosion control, paint/depaint, Analytical Condition Inspection, Aircraft Battle Damage Repair, modifications, and be able to support contingency operation surges. Control Support Assets -- manage support equipment and spares to meet program requirements. In the area of Data and Configuration Management, Data and Engineering Management -- provide a disciplined, efficient, time responsive system which documents engineering changes to include form, fit, function and interface (F3I), share data with the Government in an electronic environment, and delineate current C-17 fleet configuration baseline(s) and outstanding Class I, II and III changes not incorporated into drawings. These areas would also include provisioning, Logistics Support Analysis Report, and technical orders. Develop a quality assurance program that will ensure system performance requirements and continuous improvements are met throughout the sustainment period. The offeror must: 1) possess or demonstrate the ability to possess program management, logistics, maintenance, engineering, financial, and contracting personnel, 2) possess or demonstrate the ability to possess the materiel, engineering, factory, and physical facilities, 3) have demonstrated recent military aircraft sustainment responsibility, 4) address and submit a plan of how an Associate Contractor Agreement (ACA) can be developed to coordinate as necessary with current C-17 airframe and engine contractors, in addition to a Contractor Enabling Agreement with the training systems contractor, to ensure weapon system integration, and 5) show evidence of these capabilities. The offeror shall indicate their size status in relation to SIC code 3721. Interested contractors are requested to submit a Statement of Capability (SOC) that demonstrates the capability to sustain the C-17 fleet as stated in the concepts above. The SOC should include a list of previous experience including but not limited to government contracts. The SOC shall be unclassified and the information submitted should be pertinent to and identify the offeror's capability as related to the technical effort as requested above. Do not provide advertisement brochures. The SOC is limited to 10 pages and must be received not later than 14 Mar 97. Replies received later than this date and responses by telegram or fax may not be honored. 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 requested, 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 contact ASC's Ombudsman, Mr. Daniel L. Kugel, ASC/SY, Bldg 52, 2475 K Street, Suite 1, Wright-Patterson AFB, OH 45433-7642, at (937) 255-3855. 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. Direct all routine communication concerning this acquisition to Mr. Roger Mullins, Contracting Officer, ASC/YCK, Bldg 558, Rm 009, 2590 Loop Road West,Wright-Patterson AFB, OH 45433-7142, at (937) 255-1079. (0042)

Loren Data Corp. http://www.ld.com (SYN# 0173 19970213\15-0013.SOL)


15 - Aircraft and Airframe Structural Components Index Page