Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 19,1999 PSA#2286

Department 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