Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 11,1998 PSA#2156

WR-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