Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 19,2000 PSA#2518

Aeronautical Systems Center (ASC) 2145 Monahan Way, Bldg 28 Wright-Patterson AFB, OH, 45433-7017

17 -- NEXT GENERATION SMALL LOADER (NGSL) SOL F33657-00-R-0023 DUE 022900 POC Frederick P. Kirchner,(937) 255-2504, Ext 3664 WEB: 00C0023-Next Generation Small Loader (NGSL), http://www.pixs.wpafb.af.mil/pixslibr/00C0023/00C0023.asp. E-MAIL: Frederick.Kirchner@wpafb.af.mil, Frederick.Kirchner@wpafb.af.mil. Background "Notice of Proposed Contract Action . This CBD Synopsis superceedes 2 previous notices erroneously sent. The Next Generation Small Loader (NGSL) program has a requirement for production, delivery, and logistics support for a fleet of 25,000 pound capacity air cargo transporter/loaders to support all military cargo aircraft and all Civil Reserve Air Fleet (CRAF) aircraft. The NGSL loader will be air transportable on Air Force C-130, C-141, C-5, and C-17 military aircraft. The NGSL will be used to move cargo from loading areas to the aircraft as well as loading and unloading the aircraft themselves. The NGSL loaders must have a powered conveyor system, and be capable of loading military HCU-6/E pallets, Type V airdrop platforms, ISO containers, and rolling stock. The deck must be capable of servicing loading doors on aircraft from heights of 39 inches to 220 inches. Procurement of 264 loaders is planned over a period of approximately 5 years. The prime contractor will additionally be responsible for long-term logistics support of the fleet of loaders, to include parts supply, depot repair, overhaul, and sustaining engineering support for a period of up to 15 years. A requirements contract (FAR 16.503) or an indefinite-quantity contract (FAR 16.504) is anticipated, including priced parts lists and loaded labor rates for logistics support. The Air Force previously awarded Phase I contracts (Oct 98) to FMC Corp, Orlando, FL, and Teledyne Brown Engineering, Huntsville, AL, for the production of 3 prototype loaders and the support of these loaders in a formal test program. The test program included a 4 month Contractor Test and a 3 month Government Operational Test. The test program was completed on 06 Dec 99. It is anticipated that the two Phase I contractors will compete for the Phase II effort to deliver and provide support for the 264 production NGSL loaders. Based on the Phase I source selection and current market research, the two loaders selected for Phase I were the only loaders which met many of the NGSL requirements without the need for extensive research and development efforts. The Phase I delivery of prototype loaders and testing of those prototypes has allowed the Air Force to lower the program risk. This acquisition shall be performed in accordance with FAR Part 12, ACQUISITION OF COMMERCIAL ITEMS, with source selection conducted in accordance with FAR Part 15, CONTRACTING BY NEGOTIATION. The competition for the Phase II contract shall be accomplished on a full & open competition basis. Contract award is anticipated in Jun 00, with first delivery by Mar 01. The initial draft RFP was made available on the Wright- Patterson Pre-Award Information Exchange System (PIXS) in Nov 99. It is anticipated that the formal Request for Proposal will be released at the end of Jan 00 via the PIXS web cite. PIXS can be accessed on the Internet at the following URL: www.pixs.wpafb.af.mil. Any parties, in addition to the Phase I contractors, interested in this solicitation, may identify their interest and capability to respond to the requirement or submit proposals by contacting the Contracting Officer, Mr. Len Seeker (email: Leonard.Seeker@wpafb.af.mil) or the Contract Negotiator, Mr. Fred Kirchner (email: Frederick.Kirchner@wpafb.af.mil) at (937) 255-2504, extensions 3598 and 3664, respectively. The SIC Code 3728 (1,000 people) applies for this acquisition. The source selection evaluation of proposals submitted by any interested parties would assign appropriate risk associated with any need to incorporate necessary modifications to their cargo transporter/loader to meet NGSL requirements and successfully complete both contractor and government conducted testing prior to delivery of production units. The NGSL Program Office encourages interested subcontractors to contact FMC Corp. and Teledyne Brown Engineering for subcontract work related to the above described effort. The FMC Corp. point of contact is Mr. Michael Moreland, (407) 851-3377, ext 4881, email: michael_moreland@fmc.com. The Teledyne Brown point of contact is Mr. Harry Chaffee, (256) 726-1644, email: harry.chaffee@tbe.com . Mr. Stephen J. 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 an 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, the evaluation of proposals or the source selection process and, therefore, for routine matters on individual solicitations, please contact Mr. Leonard Seeker, Contracting Officer at (937) 255-6145, ext 3598. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. Should you desire to contact the Ombudsman, Mr. Plaisted can be reached at (937) 255-9095. This notice of proposed contract action is not a request for proposals. All proposals received within the time specified in the formal Request for Proposals will be considered by the Government. Phase II Scheduled Milestones RFP Release: 28 Jan 00 Proposal Receipt Date: 29 Feb 00 Award Date: 21 Jun 00 " Posted 01/14/00 (D-SN416276). (0014)

Loren Data Corp. http://www.ld.com (SYN# 0182 20000119\17-0001.SOL)


17 - Aircraft Launching, Landing and Ground Handling Equipment Index Page