|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 25,1998 PSA#2059R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB OH
45433-7607 J -- B-2 TRAINING SYSTEMS CONTRACTOR LOGISTICS SUPPORT (CLS) POC
Contact point/Contracting Officer: Contract negotiator -Melvin L. Cox
(937) 656-5125; Contracting Officer-Delma J Moore (937)255-9500 The
purpose of this synopsis is to announce the forthcoming electronic
release of the Request For Proposal (RFP) F33657-98-R-0005, for the B-2
Training Systems Contractor Logistics Support (CLS) contract. The
anticipated RFP release date is on or about 03 April 1998 and will be
via electronic means only. The RFP will be posted on the Pre-Award
Information Exchange System (PIXS) at: http://www.pixs.wpAFB,.af.mil.
It is solely the offeror's responsibility to access the information. NO
paper copies will be provided. The Government intends to competitively
award a 10-year Indefinite Delivery Indefinite Quantity (IDIQ) type
contract. The IDIQ contract will be structured so the initial period of
performance will be for two years with two options of four-year
duration; each for a total period of performance possibly extending for
a total of ten years. The IDIQ contract will contain delivery orders of
multiple contract types 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 $150M over the ten-year period. The
anticipated award date for this IDIQ type contract is October 1998. The
first delivery order issued under this IDIQ contract will satisfy the
minimum contract value. This contract will include the requirement to
provide contractor logistics support for the installed B-2 Training
Systems at Whiteman AFB, MO. 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, and program management. The Government cannot
predetermine at the project level the precise B-2 aircraft improvements
and therefore the associated modification quantities/deliveries to be
acquired within the ten-year window. As a result, the requirements for
this acquisition are further defined in terms of functions to be
performed relative to modifications to the B-2 Training Systems to
maintain concurrency with the B-2 Air Vehicles 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, 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 (e.g., support
equipment, technical orders, spares, training, etc); operation and
maintenance of facilities to support changes. Security requirements
identified for the basic contract as contained in the RFP for
classified and unclassified hardware and storage/handling of
documentation are up to the TOP SECRET SPECIAL ACCESS REQUIRED (SAR)
and SINGLE INTEGRATED OPERATIONAL PLAN (SIOP) Levels. Minimum personnel
security clearance requirements for this effort are SECRET. Responses
to this announcement should be prepared in accordance with the
instructions contained in the RFP. Split proposal submittal will be
used. The Volume 2, Relevant Present and Past Performance shall be due
10 days after RFP release. Volume 1, Executive Summary, Volume 3,
Cost/Price, and Volume 4, Contract Information are due 60 days after
RFP release. All submittals are due NLT 4:00 p.m. Eastern Time to the
address contained in the RFP. The SIC Code for this acquisition will be
8711, Engineering Services: Military and Aerospace Equipment and
Military Weapons. Direct all routine and administrative communication
concerning this acquisition IN WRITING to ASC/YST, Bldg. 556, Attn:
Delma Moore, AMC Complex, 2690 Loop Road, Wright-Patterson AFB, OH
45433-7148, Fax 937-656-4183. Mr. Stephen J. Plaisted has been
appointed as Ombudsman for this acquisition. 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 individual solicitations, please contact Delma J. Moore,
Contracting Officer, ASC/YST, Bldg. 556, AMC Complex, 2690 Loop Road,
Wright-Patterson AFB, OH 45433-7221 at (937) 255-9500. When requested,
the Ombudsman will maintain strict confidentiality as to the source of
the concern. Should you desire to contact the Ombudsman, Mr. Plaisted
can be reached at (937) 255-9095 or via e-mail at
stephen.plaisted@ascsy.wpAFB,.af.mil. (0079) Loren Data Corp. http://www.ld.com (SYN# 0047 19980325\J-0001.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|