Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 25,1998 PSA#2188

Oc-Alc/Dir Of Contracting/Aircraft, 3001 Staff Dr Ste 2ag87a, Tinker Air Force Base Ok 73145-3020

16 -- KC-135 AVIONICS MODIFICATION LINE SOL F34601-99-03700 DUE 112098 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Brandi Shelden/Ladca/[405]739-4135 C/KC-135 Avionics Installation Modification Line. The C/KC-135 Management Directorate (OC-ALC/LCPM) has a requirement to establish an aircraft avionics modification line at a contractor facility. Initial aircraft inputs will focus on Pacer CRAG (Compass, Radar, and GPS), Low-Maintenance Battery, and Altitude Alerter installation, but the modification line must be able to accomodate future avionics modifications to the Pacer CRAG baseline. In establishing the modification, OC-ALC/LCPM is interested in high efficiency, excellent quality, experienced personnel, and strong and flexible management. For purposes of cost evaluation, Pacer CRAG will be used as the baseline. A TO/TCTO library will be available at OC-ALC. Point of contact for the program is Capt Bill Patrick, (405) 736- 5843 or E-Mail William.Patrick@tinker.af.mil The basic sequence of work tasks is as follows: 1)Accept the aircraft and perform incoming inspections; 2) Prepare the aircraft for modification; 3) Install Pacer CRAG, Battery, and Altitude Alerter per TCTOs and data package; 4) Perform ops/ground checks; 5) Complete necessary inspections required before FCF -- includes all non-pacer CRAG related aircraft discrepancies which affect safety of flight or FCF effectiveness; 6) work discrepancies during FCF process; and 7) prepare aircraft for delivery. Scope of Work: The following minimum requirements are provided in order to inform potential contractors of the required facilities and equipment necessary to accomplish subject modification: 1. AIRFIELD REQUIREMENTS: a. Runway: AFMCI 91-101 for C/KC-135 Aircraft b. Runway Lights: AFI 32-1044 and AFMCI 91-101 c. Runway Taxiway: AFI 32-1044 and AFMCI 91-101 d. Parking Ramps: AFMCI 91-101 e. Crash Vehicle/Fire Fighters AFMCI 91-101 2. RAMP WORK POSITIONS: a. Pavement: Medium Load pavement IAW 88-6. b. Ramp area: Ramp area utilized to accomplis outside work requirements must meet the requirements of AFLCR 55-5 and AFM 86-4. 3. ENVIRONMENTAL / STORAGE CAPABILITIES: a. Contractor shall be able to control disposal of chemical waste to prevent environmental pollution. b. Contractor shall have facilities for storage, service, charging, and handling of nickel-cadmium and Sealed Lead Acid (SLAB) Batteries. c. Contractor shall comply with DOD 4140.25 -- 450,000 fuel minimum storage requirements. d. Storage of TCTO material shall be segragated from material designated for other programs. e. Contractor shall maintain a library facility and system to maintain and control current military tech data, drawings, specifications, changes, etc. Contractor shall establish a central library to maintain the latest configuration of all TCTO drawings and make copies as necessary to support installations. f. Contractor shall have capability for inside receiving, storage, and issuing government property. This is not limited to but will include the following: (1) Adequate storage and control of -21 aircraft equipment. (2) Adequate receving and inspection facility. (3) Adequate locator system. (4) Adequate secure storage. (5) Adequate inventory control procedures. (6) Proper disposition of excesses. 4) GENERAL REQUIREMENTS: a. Contractor shall be able to accomplish rework, testing, and fault isolation of standard wiring on aircraft. b. Contractor shall be able to adequately controll and protect GFE special tools. c. Contractor shall be able to load maximum fuel load, approximately 202,000 lbs. (See TO 1-1-3, TO 10-135(K)A-2-2, TO 00-25-172, and TO 1C-135-2-5-1.) d. Contractor shall provide work sites with adequate facilities and equipment to accomplish modification/maintenance specified in TCTO 1C- 135-1433 to include one (1) dedicated aircraft hangar space per site. e. When authorized by the ACO as over & above, Contractor shall accomplish any Safety/Urgent TCTOs issued during the capture of an aircraft and report TCTO compliance IAW appropriate government reporting systems. f. Contractor shall be responsible for supporting functional check flights to include preflight, post-flight, and preparation for ferry. Government flight crews will perform the FCF. g. Contractor shall correct all safety-of-flight discrepancies. Any discrepancies related to installation of the above listed TCTOs shall be corrected as part of the basic work package. h. Contractor shall conduct an incoming inspection of all aircraft received for modification. This inspection will include inspecting for loose or damaged equipment and foreign object damage. At completion of installation, contractor will inspect and clean all interior and exterior work areas (e.g., remove all filings, chips, loose hardware, and debris; secure and close all doors, access plates, and panels, etc.) Contract will be a Multiple year Indefinite Delivery/Indefinite Quantity (ID/IQ). Period of Performance will include a minimum 30 day phase-in with aircraft input from date of award through 31 December 2002. We estimate 180 aircraft with a guaranteed minimum of 50 and maximum of 220 aircraft. Contract will be Firm-Fixed-Price. The Contract will be awarded through a Best Value Streamline Source Selection in accordance with AFFARS Appendix "BB". All responsible sources may submit a proposal which shall be considered by the agency. Solicitation will be competed under Full and Open Competition. Any resulting proposals shall be submitted in writing in accordance with RFP criteria. Government point of contact for requests for solicitation is Brandi Shelden at (405) 739-4135 or FAX (405) 739-4452. Draft RFP and Final RFP (without attachments) will be available on the OC- ALC/LADC WEB Site at the following address: http://www.tinker-contracting.com/pkbisos/LAD/LADC/LADC.htm Draft RFP to be issued O/A 28 Sep 98 The approximate issue/response date will be 13 Oct 1998. 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. See Note (s) See Note 26. Posted 09/23/98 (I-SN253507). (0266)

Loren Data Corp. http://www.ld.com (SYN# 0146 19980925\16-0004.SOL)


16 - Aircraft Components and Accessories Index Page