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