Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 21,1999 PSA#2500

ASC/YCKB 2590 Loop Rd (Bldg 558) Wright-Patterson AFB, OH, 45433-7142

A -- PE/PI FOLLOW-ON CONTRACT SOL n/a DUE 012800 POC Daniel Parish,(937) 255-9240 WEB: PEPIFOLLOWON-PE/PI FOLLOW-ON CONTRACT, http://www.pixs.wpafb.af.mil/pixslibr/PEPIFOLLOWON/PEPIFOLLOWON.asp. E-MAIL: Daniel.Parish2@wpafb.af.mil, Daniel.Parish2@wpafb.af.mil. Background "This CBD announcement constitutes a Sources Sought Synopsis. The C-17 System Program Office (SPO), Aeronautical System Center (ASC), is planning for the follow on C-17 Airlift, Producibility Enhancement/Performance Improvement (PE/PI) Contract. This effort provides for the development of integrated software and hardware upgrades to the Boeing developed C-17 aircraft. Development of system upgrades include correcting existing defects, modifying the system to include new requirements, changing the system to incorporate new requirements, and changing the system to add capability and enhance performance. Boeing has been the sole designer, manufacturer and integrator of the C-17 air vehicle since the program's inception. Contractors interested in this effort must submit the following information for evaluation to the Government. Responses should be concise, program specific and include all 11 areas: 1) Description of experience in the integration and certification of software and hardware upgrades on similar systems/comparable aircraft. Demonstrate management, logistics, engineering and flight test experience, knowledge of embedded Air Vehicle systems with an emphasis on safety of flight, ground systems and support equipment; 2) Description of relevant software development experience as well as facilities/assets currently available to accomplish the design, development, and fabrication of any required hardware. Demonstrate ability to emulate and simulate the interaction of over 58 separate line replaceable units with embedded code. Demonstrate knowledge of the 25 C-17 missions and the 161 C-17 unique software programs covering embedded Air Vehicle systems, ground systems, support equipment and software development tools. Support equipment (SE) expertise should include both Air Force common and C-17 peculiar SE; 3) Identification of Software Engineering Institute (SEI) Capability Maturity Model (CMM) Level 3 certification, or how you plan to achieve SEI CMM Level 3 certification; 4) Detail the recurring infrastructure (facilities/personnel) required for performance of the effort; 5) Demonstrate the ability to interact and coordinate with AMC, ASC, ALCs, AFMC, and the Boeing Company as the total systems integrator of the C- 17 aircraft; 6) List the types and qualifications of lead management, engineering, logistics, manufacturing, and quality assurance personnel projected to work on this program as related to C-17 and/or other Air Force (or other comparable program) aircraft component or subsystem production experience; 7) Indicate the level and types of C-17 technical data, analytical tools, and databases required to accomplish this effort; 8) Indication of whether you are ISO 9000 and ISO 14000 certified or how you plan to achieve the certifications; 9) Indication of large or small business in relation to SIC code 3721, size standard 1500 employees; 10) Indicate if your interest is as a prime or subcontractor; 11) If your interest is as a prime contractor, provide your plan for obtaining any required information from the current integrating contractor, the Boeing Company. An Ombudsman has been established for this acquisition. The purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to communicate his/her concerns. Potential offerors should use established channels to request information, poise questions, and voice concerns before resorting to use of the Ombudsman. ASC's Ombudsman is Mr. Stephen J. Plaisted, ASC/SY, Bldg 572, 1790 10th Street, Room 102.01, Wright- Patterson AFB, OH 45433-7630. Potential offerors are invited to contact Mr. Plaisted, with serious concerns only, at (937)255-9095, or e-mail at Stephen.Plaisted@wpafb.af.mil. Interested contractors are requested to submit two copies of an unclassified Statement of Capability (SOC) (limited to 20 pages) that demonstrates the capabilities listed above. The SOC should also include a list of previous experience including, but not limited to, government contracts. Notice to foreign owned firms: Such firms should be aware that restrictions apply which exclude foreign participation at the prime contractor level. Any subcontracting arrangements shall be handled in accordance with the International Traffic in Arms Regulation (ITAR). All materials submitted in response to this sources sought synopsis must be received at the following address by 28 Jan 2000: ASC/YCKB, Attn: Mr. Daniel Parish, C-17 SPO, 2590 Loop Road West, Wright- Patterson AFB, OH 45433-7142. Direct any routine communication concerning this acquisition to, Mr. Daniel Parish at (937) 255-9240 or e- mail Daniel.Parish2@wpafb.af.mil. See Notes 25 and 26. " Posted 12/17/99 (D-SN409640). (0351)

Loren Data Corp. http://www.ld.com (SYN# 0005 19991221\A-0005.SOL)


A - Research and Development Index Page