|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 11,1998 PSA#2156WR-ALC/LBK, 265 OCMULGEE CT, ROBINS AIR FORCE BASE GA 31098-1647 K -- LC-130R CONVERSION PROGRAM SOL F09603-98-R-13340 DUE 102998 POC
For copy, WR-ALC/PKXOC include mfg code, For additional information
contact Steven Esmond/Lbkb/[912]926-3661 The C-130 System Program
Office (SPO) at Warner Robins Air Logistic Center (WR-ALC), in
conjunction with the Air National Guard (ANG) and the National Science
Foundation (NSF) are initiating an AFFARS Appendix BB formal source
selection for the design, development, testing, modification, and
conversion of up to three C-130 aircraft. BACKGROUND: The US Navy has
been using the three aircraft to support the NSF's work in Antarctica.
The ANG has assumed full responsibility for supporting the Antarctic
mission. As a result, the three aircraft will be transferred from the
Navy to the ANG. SITUATION: The three C-130 aircraft must be converted
from their current LC-130R configuration to an LC-130H configuration.
In addition to the conversion, the aircraft must undergo Program Depot
Maintenance (PDM) and Isochronal Inspection. Prospective offerors must
have the requisite facilities, management, personnel, and expertise to
accomplish all of the required conversion, PDM, and inspection work on
all three aircraft.THis effort is not open to foreign owned or
controlled firms. SCHEDULE OF UPCOMING EVENTS: Issuance of Draft
Request for Proposal (DRFP) -- 14 August 1998. Pre-solicitation
conference -- 24-25 August 1998 at the 109th Air Wing in Scotia, NY.
Issuance of formal Request for Proposal -- On or Before 28 September
1998. RFP closes -- On or Before 29 October 1998. SOURCES OF
INFORMATION: Additiional information can be obtained at the WR- ALC/PK
website (http://contracting.robins.af.mil). Or you may contact the
contracting officer, Steven M. Esmond, by phone at (912) 926-0276, by
facsimile at (912) 926-0745, or by email at "sesmond@pk.robins.af.mil".
See WR-ALC/PK website (http://contracting.robins.af.mil) for latest
program information. The approximate issue/response date will be 28 Sep
98. No telephone requests. Only written or faxed requests received
directly from the requestor are acceptable. All responsible sources
solicited may submit a bid, proposal, or quotation which shall be
considered. Security clearance will be required of all bidders
offerors. All potential offerors should contact the buyer/PCO
identified above for additional information and/or to communicate
concerns, if any, concerning this acquisition. If your concerns are not
satisfied by the contacting officer, an Ombudsman has been appointed to
hear serious concerns that are not resolved through established
channels. The purpose of the Ombudsman is not to diminish the authority
of the program director or contracting officer, but communicate serious
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 in the
source selection process. When appropriate, potential offerors may
contact Ombudsman James Grant, Chief, Contract Policy Division, at
912-926-2604. Please be prepared to identify previous contacts made by
you in an attempt to resolve your concerns. This acquisition may/does
involve technology that has a military or space application. The only
US contractors who may participate are those that are certified and
registered with DLSC (1-800-352-3572) and have a legitimate business
purpose. US contractors must submit a copy of their current, approved
DD Form 2345 with their request for solicitation. To request this
certification, write to the Commander, Defense Logistics Services
Center, ATTN: DLSC-FEB, Federal Center, Battle Creek MI 49017- 3084 and
request a copy of Department of Defense Form 2345 or call DLSC at the
above number. The solicitation/data package will be mailed to the data
custodian identified in block 3 of the DD Form 2345. The extent of
foreign participation has not yet been determined. MOU country sources
must contact the Contracting Officer within 15 calendar days of the
date of this synopsis notice to receive a copy of the solicitation at
the time it is initially issued. Issuance of the RFP will not be
delayedto review requests from MOU country sources received after 15
days or from non-MOU country sources. Nothing in this notice
contradicts other restrictions, identified in the synopsis notice or
solicitation, regarding eligible sources (e.g., if this is a
small-business set-aside, foreign sources may not participate as
potential prime contractors but could, if otherwise eligible,
participate as subcontractors). The Data Package for this requirement
is available on CD-ROM only. Aperture Cards are not available for this
procurement. The minimum set-up requirements to view this data package
are as follows: CAN ONLY BE VIEWED WITH AUTOCAD RELEASE 14. Posted
08/07/98 (I-SN234316). (0219) Loren Data Corp. http://www.ld.com (SYN# 0053 19980811\K-0001.SOL)
K - Modification of Equipment Index Page
|
|