Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 1,2000 PSA#2612

2590 Loop Road West Room 210 Wright-Patterson AFB OH, 45433-7142

15 -- CINC SUPPORT AIRCRAFT REPLACEMENT PROGRAM SOL F33657-00-R-0038 DUE 062600 POC Bill E. Oswald, III,(937) 255-1572 WEB: 00R0038WP-CINC Support Aircraft Replacement Program, http://www.pixs.wpafb.af.mil/pixslibr/00R0038WP/00R0038WP.asp. E-MAIL: bill.oswald@wpafb.af.mil, bill.oswald@wpafb.af.mil. Background "This Request for Proposal, F33657-00-R-0038 is for the Commander-in-Chief (CINC) Support Aircraft Replacement Program. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. All costs associated with proposal preparation shall be the responsibility of the offeror. This solicitation incorporates provisions and clauses in effect through FAC 97-17. In accordance with FAR 19.303(a) this acquisition applicable small business size standard is 1500 employees. The SIC code is 3721. In accordance with the Lease Pilot Program as authorized under Public Law 106-79, Section 8133, the requirement of the CINC Support Aircraft Replacement Program is to lease, for up to 10 years, five (5) new FAA certified, intercontinental, low volume aircraft and associated contractor logistics support (CLS) to meet the requirement of the CINC Support Aircraft Replacement Program. All CINC aircraft are to be of the same model, type, and have the same cockpit and interior configuration. The Initial Operational Capability (IOC) is projected for August 2001 and Full Operational Capability (FOC) projected for September 2003. This acquisition will utilize the Pre-Award Information Exchange System (PIXS) electronic bulletin board at http://www.pixs.wpafb.af.mil/pixslibr/CINCOSA/CINCOSA.asp in an effort to streamline the communication process between the Government and industry. The specific technical and logistics requirements are identified for the CINC Lease program by the Operational Requirements Document (ORD), AMC 002-94-I/II/IIIA, ACAT Level III, 19 May 00 and the Supplemental Requirements Document (SRD) for the CINC Support Aircraft Replacement Program, 25 May 00. These documents are incorporated by reference in this RFP and may be accessed on PIXS at http://www.pixs.wpafb.af.mil/pixslibr/CINCOSA/CINCOSA.asp. Thresholds/Objectives identified in the ORD and SRD may be offered at the discretion of the offeror. In the event an offeror proposes any desired capabilities (objectives) or offerors optional features, they shall be evaluated as described in tradeoffs in Paragraph 3 in the Basis for Award of this RFP. Detailed performance, avionics, communication, and flight planning parameters are identified in the ORD and SRD. The aircraft shall be FAA certified or have an FAA approved type inspection authorization (TIA) or equivalent which delineates the scope of the certification effort to show compliance with agency of the manufacturer's country If the offeror desires to receive favorable consideration for enhanced design features, the offeror must submit substantiation from the FAA or an authorized representative as to the degree which the criteria were incorporated in the design. CLS detailed requirements are defined in the ORD, SRD, Instructions to Offerors, and Basis for Award. The Contractor shall be responsible for the facilities and equipment needed to support the CINC aircraft. Proposed contract data incorporated by reference into this RFP which may be accessed on PIXS, may be in contractor format complying with the intent of the Data Item Descriptions (DID) referenced on the Data Items. Additionally offerors may review the CDRL and recommend back to us the CDRLs they feel are necessary for successful execution of the program. It is the Government's intention to conduct work IAW the Integrated Product Development management philosophy by the offeror. To meet Air Force requirements, the contract shall include four sets of HW/SW operating systems to ensure the Air Force has compatibility with the offeror's management information systems and shall ensure access is available for tele-conference capability. The budget profile for the CINC Support Aircraft Replacement Program (lease and CLS) is FY01: $5.6M, FY02: $40.6M, FY03: $53.0M, FY04: $58.6M, FY05: $59.8M, FY06: $56.7M, FY07: $57.1M, FY08: $66.4M, FY09: $60.5M, FY10: $58.5M, FY11: $59.0M. Offerors shall propose a business solution that satisfies mission performance requirements within the procurement funding profile. The Instructions to Offerors and Basis for Award are incorporated into this RFP by reference and are located on PIXS at http://www.pixs.wpafb.af.mil/pixslibr/CINCOSA/CINCOSA.asp. Offerors may submit written questions to the Contracting Officer, questions and answers (without source identity) will be communicated by written acknowledgment or RFP as amendment as necessary. Proposal with the exception of Past Performance, Volume III, shall be submitted by 4:00pm EDT on 26 Jun 00 valid for 120 days to: ASC/SYG (CINC Support Replacement Aircraft Program), ATTN: Mr. Bill E. Oswald III, 1755 11th Street, Bldg 570, Room 113, Wright-Patterson AFB, OH 45433-7404. The Past Performance Volume, Volume III, shall be submitted to the same address no later than 4:00pm EDT on 14 Jun 00. Mr. Steve 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 the 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, evaluation of proposals or the source selection process and therefore, for routine matters on individual solicitations please contact Mr. Bill Oswald, (937)255-1572. When requested, the Ombudsman will maintain strict confidentiality as to the source of concern. Should you desire to contact the Ombudsman, Mr. Plaisted can be reached at (937) 255-9095. Please direct questions to Bill Oswald at (937)255-1572 or e-mail Bill.Oswald@wpafb.af.mil. " Posted 05/27/00 (D-SN459414). (0148)

Loren Data Corp. http://www.ld.com (SYN# 0208 20000601\15-0002.SOL)


15 - Aircraft and Airframe Structural Components Index Page