|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 17,2000 PSA#2580ASC/YFKA, Building 50, 2130 Fifth Street, Wright-Patterson AFB OH,
45433-7003 15 -- F-22 LOW RATE INITIAL PRODUCATION LOT 3 SOL LOT3 DUE 042800 POC
Lt Becky Bridgewater, Negotiator or Ms. Patti Blakely, PCO,(937)
255-1693 Lt Bridgewater ext 2246 or Ms Blakely ext 2243 WEB: LOT3-F-22
Low Rate Initial Producation Lot 3,
http://www.pixs.wpafb.af.mil/pixslibr/LOT3/LOT3.asp. E-MAIL:
rebecca.bridgewater@asc-yf.wpafb.af.mil or
patti.blakely@asc-yf.wpafb.af.mil,
rebecca.bridgewater@asc-yf.wpafb.af.mil or
patti.blakely@asc-yf.wpafb.af.mil. Background " Potential Sources
Sought. This is not a Request for Proposal (RFP). Potential sources
sought: ASC/YFK previously conducted a market survey for F-22 LRIP
aircraft for Lot 2 and is now conducting a market survey for F-22 Low
Rate Initial Production (LRIP) aircraft and associated equipment and
program support for Lot 3. The anticipated twenty-four (24) aircraft
are a part of the Low Rate Initial Production (LRIP) phase of F-22
development with delivery dates beginning in September 04 and
continuing through August 05. A presolicitation notice will be issued
in CY01. The F-22 aircraft blends low observability with advanced
avionics, a highly maneuverable lightweight airframe, and the ability
to supercruise. The F-22 is designed to detect, engage, and destroy an
opposing force before detection. Further, the F-22 possesses
air-to-air as well as air-to-ground capability. Lockheed Martin
Aeronautical Systems (LMAS), Marietta, GA, is currently the prime
contractor for the engineering and manufacturing development of the
F-22 aircraft as well as the production of Production Representative
Test Vehicles (PRTV), PRTV II, and LRIP Lot I. A sources sought
synopsis for Lot 2 was issued 2 Feb 00 and now responsible sources are
sought for Lot 3. Offerors must provide written notice to the
contracting officer of their interest and capability to satisfy the
government requirement no later than 24 Apr 00. The offeror must: (1)
possess program management, fabrication/assembly, and quality assurance
personnel; (2) possess the material, engineering, factory and flight
test equipment and physical facilities; (3) be a responsible contractor
with demonstrated recent total aircraft system responsibility; (4) be
capable of delivering qualified aircraft in accordance with the above
schedule; and (5) include in their response to this notice evidence of
these capabilities. The offeror shall also indicate their size status
in relation to SIC code 3721. Reprocurement data is not available.
Note that the production of the supplies listed requires a substantial
initial investment or an extended period of preparation for
manufacture. Also, it is impracticable to distribute the applicable
specifications with this market survey. These contract documents may be
examined or obtained from ASC/YF, Building 50, 2130 Fifth Street,
Wright-Patterson AFB, OH, 45433- 7003. An Ombudsman has been appointed
to address concerns from offerors or potential offerors during the
proposal development phase of this acquisition. The Ombudsman does not
diminish the authority of the program director or contracting officer,
but communicates contractor concerns, issues, disagreements, and
recommendations to the appropriate Government personnel. When
requested, the Ombudsman shall maintain strict confidentiality as to
the source of the concern. The Ombudsman does not participate in the
evaluation of proposals or in the source selection process. Interested
parties are invited to call ASC's Ombudsman, Stephen J. Plaisted, at
(937) 255-5535 or (937) 255-9095 or e-mail
stephen.plaisted@wpafb.af.mil. This synopsis is not to be construed as
a commitment on the part of the Government to award a contract nor
does the government intend to directly pay for any information or
responses submitted as the result of this solicitation. " Posted
04/13/00 (D-SN444872). (0104) Loren Data Corp. http://www.ld.com (SYN# 0177 20000417\15-0006.SOL)
15 - Aircraft and Airframe Structural Components Index Page
|
|