Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 25,1998 PSA#2059

R&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