Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 5,1997 PSA#1986

ASC/YFK, 2130 Fifth Street, Wright-Patterson AFB, OH 45433-7003

15 -- F-22 LOW RATE INITIAL PRODUCTION (LRIP) AIRCRAFT LOTS 1 AND 2 AND ASSOCIATED EQUIPMENT AND PROGRAM SUPPORT SOL F33657-97-R-0030 DUE 031698 POC Tina M. James, Contract Negotiator, (937) 255-1695, ext 2257/Mary K. Routhier, Contracting Officer, (937) 255-1695, ext 2243 This notice of contract action is being issued in anticipation of the release of a request for proposal (RFP) for F 22 Low Rate Initial Production (LRIP) Aircraft Lots 1 and 2 and associated equipment and program support. The F 22 aircraft blends low observability with advanced avionics, a highly maneuverable lightweight airframe, and the ability to supercruise. The F 22 is designed to detect, engage, and destroy an opposing force before detection. Further, the F 22 possesses air to air as well as air to ground capability. The purpose of LRIP aircraft is to provide an initial operating capability to the field. In addition, the Lot 1 aircraft will also be used to complete dedicated initial operational test and evaluation (IOT&E). This acquisition will include the procurement of two (2) aircraft in Lot 1 and six (6) aircraft in Lot 2. Each lot will also include the procurement of installed and uninstalled alternate mission and mission equipment and expendables. Further, Lot 1 will include the procurement of test instrumentation and Lot 2 will include the procurement of support system products. The initial award will consist of a Not to Exceed (NTE) award for Lot 1 advance procurement and associated program support, with a separate NTE option established for Lot 2 advance procurement and separate priced options established for Lot 1 full authorization (which includes associated equipment), Lot 2 full authorization (which includes associated equipment), and 2 annual periods of program support. The initial award for Lot 1 advance procurement and associated program support is anticipated to be no later than 30 Jun 98, with option exercise of Lot 1 full authorization, Lot 2 advance procurement, and associated program support occurring no later than 31 Dec 98 and option exercise of Lot 2 full authorization and program support occurring no later than 31 Dec 99. The Lot 1 aircraft are to be delivered in November 2001 and January 2002 with Lot 2 aircraft deliveries beginning in March 2002 and continuing through November 2002. This requirement is a prospective sole source acquisition from the Lockheed Martin Corporation under the authority of 10 USC 2304 (c)(1) as implemented by FAR 6.302 1(a)(2)(ii), only one responsible source. Lockheed Martin Aeronautical Systems (LMAS), Marietta, GA, is currently the prime contractor for the engineering and manufacturing development of the F 22 aircraft. However, all responsible sources may submit a proposal which shall be considered. The offeror must: (1) possess program management, fabrication/assembly, and quality assurance personnel; (2) possess the material, engineering, factory and flight test equipment and physical facilities; (3) be a responsible contractor with demonstrated recent total aircraft system responsibility; (4) be capable of delivering qualified aircraft in accordance with the above schedule; and (5) include in their response to this notice evidence of these capabilities. The offeror shall also indicate their size status in relation to SIC code 3721. Reprocurement data is not available. Note that the production of the supplies listed requires a substantial initial investment or an extended period of preparation for manufacture. Also, it is impracticable to distribute the applicable specifications with the solicitation. These contract documents may be examined or obtained from ASC/YF, Building 50, 2130 Fifth Street, Wright Patterson AFB, OH, 45433 7003. This acquisition involves data that are subject to export control laws and regulations. Only contractors who are registered and certified with the Defense Logistics Services Center (DLSC) shall be provided copies of the solicitation or other data subject to foreign disclosure restrictions. Contact the Defense Logistics Services Center, 74 Washington Avenue N., Battle Creek, Michigan 40917 3084 (1 800 353 3572) for further information on the certification process. You must submit a copy of your approved DD Form 2345, Military Critical Technical Data Agreement, with your request for the solicitation.Mr. Michael S. Coalson has been appointed as Ombudsman to hear concerns from offerors, or potential offerors, during the proposal development. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. Existence of an Ombudsman does not diminish the authority of the program director or the contracting officer. Accordingly, the Ombudsman does not participate in the preparation of solicitations, the evaluation of proposals, or the source selection process, and, therefore, for routine matters on this solicitation, please contact Tina M. James, Contract Negotiator, (937) 255 1695 extension 2257 or Mary K. Routhier, Contracting Officer, (937) 255 1695 extension 2243. Should you desire to contact the Ombudsman, Mr. Coalson can be reached at (937) 255 5535, extension 232. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. See Note(s) 22 and 26. (0337)

Loren Data Corp. http://www.ld.com (SYN# 0133 19971205\15-0008.SOL)


15 - Aircraft and Airframe Structural Components Index Page