|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 19,1999 PSA#2286Department of the Air Force, ASC/GR, 2590 Loop Rd West, Bldg 558,
WPAFB, Ohio 45433-7205 B -- C-5 RELIABILITY ENHANCEMENT AND RE-ENGINING (RERP) PHASE I --
STUDY DEFINITION SOL F33657-99-R-0034 DUE 031799 POC Lt Col Gregg
Sparks, C-5 DSM, ASC/GRA, 937-255-2174 WEB: Pre-Award Information
eXchange System (PIXS), www.pixs.wpafb.af.mil. E-MAIL: Contracting
Officer, MengosCP@C17.wpafb.af.mil. 17. C-5 Reliability Enhancement and
Re-engining Program (RERP), Phase I Studies/Definitions Sources Sought,
Market Survey, Bidders Qualifications, RFP F33657-99-R-0034. Point of
Contact C.P. Mengos, Contracting Officer, 937-255-1944 for Airframe
modification and Michael Grove, Contracting Officer, 937-255-3507,
x3020 for Propulsion. USAF/Aeronautical Systems Center is seeking
qualified sources to assist in definition of requirements and advance
planning for solicitation and acquisition strategies for the C-5 engine
replacement and reliability improvements. Qualified sources would
engage with USAF personnel on technical parameters, modification
planning, flight test, system integration of power plant subsystems and
other related LRU upgrades, structural integrity, service life analysis
and logistic/maintenance issues all intended to increase C-5 fleet
availability and reduce total ownership cost. This effort will support
the USAF in preliminary requirement documentation and draft
solicitation aspects leading to final Request for Proposal (RFP) for
the C-5 RERP procurement. The following criteria are established to
target the market segment for this acquisition. Airframe modification
sources must: a. Be a manufacturer or modification contractor of wide
body cargo military or commercial aircraft in the high gross weight
category (minimum 500,000 lbs. or greater). b. Have a capability to
design, modify and integrate large complex subsystems into wide body
aircraft, including integration of FAA certified engines and power
plant accessories. c. Be versed in all aspects of the USAF DADTA/ASIPs
per former MIL-STD-1530 and/or MIL-HDBK-1530 and JSGS-87221B and have
designed and performed structural repairs, retrofit engineering,
structural analysis of heavy aircraft. d. Have access to modification
facilities capable of accommodating major modifications and support
extensive prototype aircraft flight-testing and have partnering
flexibility with Government depots, if desired. e. Possess capabilities
for logistics, maintenance and supply support of fielded, modified
aircraft, and have compatibility with DOD supply systems or commercial
worldwide supply. Propulsion system sources must: a. Be a manufacturer
of large engines (greater than 40,000 lbs. SLS thrust). b. Currently
have engines in production or have a demonstrated capability to produce
engines. c. Have capabilities to integrate and deliver a complete
propulsion system: engine, nacelle, thrust reverser, power generation
systems, and all other propulsion-related accessories. (i.e.,
"everything below the pylon") d. Possess capabilities for logistics,
maintenance and supply support of fielded engines, and have
compatibility with DOD supply systems or commercial worldwide supply.
The Government seeks responses from both airframe modification
contractors and propulsion system contractors. Sources responding to
this synopsis must submit a five-page statement of technical capability
addressing these criteria by 17 March 1999. Subsequently, sources may
be requiredto present an oral proposal in support of their capabilities
to assist the USAF with Phase I definition and Phase II execution of
C-5 aircraft power plant modification and reliability upgrades. Based
upon the USAF screening actions, several funded definition contracts
will be issued to qualified sources, engine or airframe modifiers, in
order to assist USAF in establishing key program requirements, risk
assessments, cost and schedule estimates, source selection
criteria/parameters, trade-off analysis, logistics and support
features. Phase I contract efforts is expected to be up to 120 days
with award(s) approximately 31 Mar 99. Unfunded Phase II activities
will commence based upon release of the Draft RFP. Mr. Steve Plaisted
has been appointed as Ombudsman to hear concerns from offerors, or
potential offerors, during the proposal development. The purpose of the
Ombudsman is to communicate contractor concerns, issues, disagreements
and recommendations to the appropriate government personnel. Existence
of the 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, evaluation of
proposals or the source selection process and therefore, for routine
matters on individual solicitations please contact Mr. C.P. Mengos,
(937) 255-1944. When requested, the Ombudsman will maintain strict
confidentiality as to the source of concern. Should you desire to
contact the Ombudsman, Mr. Plaisted can be reached at (937) 255-9095.
Direct all requests for solicitations and routine communication
concerning this acquisition to Mr. C.P. Mengos, Contracting Officer,
ASC/GRA, Building 558, 2590 Loop Road West, Wright-Patterson AFB OH
45433-7142, (937) 255-1944, FAX (937) 255-7772, or e-mail:
MengosCP@C17.wpafb.af.mil. Propulsion inquires to: M.L. Groves,
ASC/LPK, (937) 255-3507 extension 3020, FAX (937) 255-7759, or e-mail:
GroveML@ntnotes2.ascsm.wpafb.af.mil. Contractor capability response
should be submitted to ASC/GRA and/or ASC/LPJ no later than 15 March
1999. Additional information concerning this synopsis can be obtained
from the Aeronautical Systems Center (ASC) Pre-Award Information
eXchange System (PIXS) at www.pixs.wpafb.af.mil under the C-5 RERP
heading. ***** Posted 02/17/99 (W-SN299123). (0048) Loren Data Corp. http://www.ld.com (SYN# 0026 19990219\B-0009.SOL)
B - Special Studies and Analyses - Not R&D Index Page
|
|