Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 30,1999 PSA#2378

ASC/FBA 2300 D Street, Rm 110 WPAFB,OH, 45433

15 -- F-15 DEVELOPMENT PRODUCTION SUPPORT SOL F33657-99-R-0035 DUE 072899 POC Amy Claire Contract Negotiator/Nancy Williamson Contracting Officer,(937)255-7927 x2502/2506 WEB: 99r0035a-F-15 Development Production Support, http://www.pixs.wpafb.af.mil/pixslibr/99r0035a/99r0035a.asp. E-MAIL: claireab@f-15.wpafb.af.mil, claireab@f-15.wpafb.af.mil. F-15 WEAPON SYSTEM DEVELOPMENT PRODUCTION SUPPORT (DPS) SOURCES SOUGHT. POC Amy Claire, Contract Negotiator/Nancy Williamson, Contracting Officer, (937) 255-7927 x2502, ASC/FBAKW The F-15 Contracting Division, Headquarters Aeronautical Systems Center (ASC/FBAKW), Wright Patterson Air Force Base (WPAFB), Ohio plans to issue a Request For Proposal to accomplish all tasks associated with the Development Production Support of F-15 aircraft, trainers, support equipment and associated equipment. The period of performance is anticipated to be from 1 Oct 1999 to 30 Sep 2004. The requirements are to provide the engineering, management staff and support necessary to perform the tasks associated with the development production support initiatives for the F-15 weapon system. It is intended that all applicable System Program Office (SPO) authorized proposal activities such as Requests For Proposals (RFPs), Advance Change Study Notices (ACSNs), Engineering Change Proposals (ECPs), and Contract Change Proposals (CCPs) be prepared under this DPS contract. This effort further involves preparation of Wright-Patterson Air Force Base Engineering Special Studies and Investigations including subcontractor support and associated travel which address F-15 weapon system performance and supportability improvement issues as a part of development production support as well as providing for support and essential services during wartime and operational contingencies. It is also anticipated that the following tasks be included: Asset Maintenance; Operation and Maintenance of Team Eagle Secure Network (TESN); Technical Support including source data, update of Technical Orders (TOs) along with investigations of TO change impacts and associated coordination with appropriate government agencies. The successful contractor must possess detailed knowledge of the F-15 weapon system operation and design configuration; manufacturing processes; avionics integration into the aircraft; maintenance and repair support procedures for all levels of support and support equipment. McDonnell Douglas Aerospace Corporation, A Wholly owned Subsidiary of the Boeing Company, is the manufacturer of the F-15 weapon system. Responses to this sources sought synopsis must include your capabilities and experience to perform the above-described effort. This announcement is not a request for proposal. Only responses producing adequate information will be considered. Firms responding should indicate their size, particularly if they are a small business, a socially and economically disadvantaged business, a woman-owned business or a HUBZone small business concern. Responders shall include their assigned Commercial and Government Entity code (i.e., Federal Supply Code for Manufacturers, a five-digit code assigned by Commander, Defense Logistics Service Center, Attn.: DLSC-FBA, Federal Center, Battle Creek, MI., Reference DoD 5000.12M). In your response, information is required as to whether your firm is considered a small business. For this item, the general definition to be used to determine whether your firm is small is as follows: "A small business relative to Standard Industrial Classification (SIC) Code 8731: 'A small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and with its affiliates, the number of employees does not exceed 1500 persons.' Concern means any business entity organization for profit with a place of business in the Territory of the Pacific Islands, including but not limited to an individual, partnership, corporation, joint ventures, association, or cooperation." The Air Force reserves the right to consider a small business set-aside based upon responses hereto. Failure to provide the above data with your response to this notice may disqualify your firm from further consideration. Information requested herein is for planning purposes only. It does not constitute a request for proposal and is not construed as a commitmentby the government. All responses from responsible sources will be fully considered, however, receipt of responses will not be acknowledged. All respondents are reminded that the government must receive all responses within 30 days of publication of this notice. Direct capabilities package and any routine communications concerning this acquisition to Ms. Amy Claire, Contract Negotiator, or Ms. Nancy Williamson, Contracting Officer, ASC/FBAKW, Bldg 32, 2300 D Street, Wright Patterson AFB, OH 45433-7249, (937) 255-7927 x2502, FAX (937) 656-7167. An Ombudsman has been appointed to hear concerns from potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program manager or contracting officer, but to communicate 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 or the source selection process. Interested parties are invited to contact Mr. Stephen Plaisted, 1790 10th St, Room 208, Wright Patterson Air Force Base, OH 45433, (937)255-9095. Direct all requests for solicitations and routine communication concerning this acquisition to the point of contact listed in item 11. The Ombudsman should only be contacted with issues or problems that have been previously brought to the attention of the contracting officer and could not be satisfactorily resolved at that level.***** Posted 06/28/99 (D-SN347676). (0179)

Loren Data Corp. http://www.ld.com (SYN# 0188 19990630\15-0011.SOL)


15 - Aircraft and Airframe Structural Components Index Page