|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 10,1998 PSA#2029SA-ALC/Contracting Directorate/SA-ALC/LDKAB; 485 Quentin Roosevelt Road
Suite 12; Kelly AFB, TX 78241-6419 R -- ENGINEERING SERVICES SOL F41608-98-R-29610 DUE 031398 POC The
Point of Contact is Dianna Saenz, SA-ALC/LDKAB, Phone: 210-925-6380,
FAX: 210-925-0412 WEB: SA-ALC, Kelly AFB Business Opportunities,
http://www.kelly-afb.org/links/proc/index.html. E-MAIL: Send your
E-Mail request to the POC, dgsaenz@ldgate1.kelly.af.mil. This is a
synopsis for subcontracting opportunities only. The requirement is for
engineering services to support reliability and maintainability (R&M)
improvements in the Design Engineering Program (DEP) II for the
following federal supply groups: FSG 16, aircraft accessories and
components: FSG 17, aircraft support equipment; FSG 28 jet and
reciprocating engines; FSG 29, engine accessories; FSG 30, power
transmission equipment; FSG 31, bearings; FSG 3655, gas generating and
dispensing systems; FSG 41, refrigeration, air conditioning equipment
and accessories; FSG 47, piping and tubing; FSG 48, valves; FSG 49,
support equipment; FSG 53 nuts, bolts and other miscellaneous hardware;
FSG 61, electronic motors, generators; FSG 62 electric lights; FSG 63
alarm and signal systems; FSG 83, textiles; and FSG 84, specialized
flight clothing and equipment. As a result of the Base Realignment and
Closure (BRAC) decision affecting San Antonio Air Logistics (SA-ALC)
viability, a de! termination has been made toissue a contract
modification to the existing contracts for a two year performance
extension. The overall program ceiling estimate is to be increased by
$36M. The existing contractors are: ARINC Inc. (F41608-93-D-0649),
CACI-ASG, (F41608-93-D-0652), and Southwest Research Institute
(F41608-93-D-0651). The DEP contract consists of these Prime
contractors and their Team Members. The Government will realign the
total DEP in FY00, therefore it becomes imperative to maintain
contractual coverage up to this time frame. The period of performance
on the existing contracts will be extended for an additional 2 years
from Jun 98 through Jun 00 in order to continue coverage until Kelly
AFB is closed. The existing contracts include provisions for Firm Fixed
Price, Cost Plus Fixed Fee and Time and Materials pricing of individual
tasks. Award to any other source would result in (a) substantial
duplication of cost to the Government that is not expected to ! be
recovered through competition, and (b) unacceptable delays in
fulfilling the agency=92s requirement.=20 See Note(s) 22, 26 (0036) Loren Data Corp. http://www.ld.com (SYN# 0075 19980210\R-0001.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|