Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 6, 2001 PSA #2866
SOLICITATIONS

15 -- F-15 WEAPON SYSTEM

Notice Date
June 4, 2001
Contracting Office
ASC/FBAKE 2300 D STREET ROOM 110 WRIGHT-PATTERSON AFB OH, 45433-6503
ZIP Code
45433-6503
Solicitation Number
F33657-01-R-0026
Response Due
July 10, 2001
Point of Contact
NANCY WILLIAMSON (CONTRACTING OFFICER); NORMAN WILLIS(CONTRACT NEGOTIATOR),(937) 255-3913 EXT. 2405; (937) 255-7923 EXT. 2320
E-Mail Address
NANCY.WILLIAMSON@WPAFB.AF.MIL; NORMAN.WILLIS@WPAFB.AF.MIL (NANCY.WILLIAMSON@WPAFB.AF.MIL; NORMAN.WILLIS@WPAFB.AF.MIL)
Description
Background "This CBD announcement constitutes a pre-solicitation notice for the purpose of seeking interested sources able to meet the requirements associated with the following. The F-15 System Program Office contemplates using a single contract approach vs the current multiple contract approach for USAF and FMS customer acquisition and sustainment requirements of the F-15 weapon system. The contract will be used jointly by ASC/FBA and WR-ALC/LF using decentralized ordering, and is intended to cover those types of supplies/services which have historically been acquired sole source from the OEM, The Boeing Company, and future requirements for which the Government would solicit and negotiate with The Boeing Company on a sole source basis as authorized by FAR Part 6. This is not bundling of efforts that might otherwise be acquired from a source or sources other than the OEM. The contract may include activities such as design, integration, test and production of future modifications and enhancements to the F-15 weapon system as well as product support to include, but not limited to field and depot level support, sustaining engineering, software support, technical data, aircrew and maintenance trainers, initial spares, provisioning and support equipment. Interested parties must have access to all F-15 weapon system and subsystem-engineering drawings, depot technical data, manufacturing equipment/machines, test equipment, calibration equipment, clean rooms and environmentally controlled facilities. The US Government is unable to provide the data, equipment, or facilities listed above. The estimated amount for the acquisition is $5.25B based on a 5-year period of performance with two follow-on five year options. Contract efforts are subject to FAR 52.232-28 availability of funds. Anticipated award date is 01 Jan 02 for a portion of the effort. This publication is intended to elicit responses from sources that have the knowledge, skills, data, equipment, proper facilities and the capacity to meet the Air Force's requirements. The source must be able to perform (as a minimum) all the following tasks; provide contractor evaluation and repair/upgrade in accordance with approved technical data procedures on all F-15 weapon system items and ground support equipment; identify, evaluate and recommend solution for F-15 weapon system supportability anomalies; design, test and integrate hardware modifications with the aircraft and other equipment and/or software; design, code, and test software changes to the F-15 aircraft weapon system and ground support systems; identify and evaluate impacts to the AF mission planning systems; develop, deliver, and maintain F-15 system related technical data. This effort will include administrative support, interface with flight test organizations, and manufacture of hardware, firmware, and compliance with Air Force retrofit processes. The Air Force cannot project the precise F-15 weapon system acquisition and sustainment requirements to be acquired. Some of the projected upgrades/acquisitions include (but are not limited to) AESA radar; digital video recorder; NVG compatibility; advanced targeting pod; PLV processor replacement; RWR upgrade; radar ECCM upgrades; vertical tail replacement; GPS/EGI integration; BOL; advanced Smart Weapon integration; continued OFP support; continuing flight test support; TISS technology insertion; aircrew/maintenance trainer upgrade and support; and JMPS integration. The F-15 is surveying the market to identify sources able to perform all previously mentioned requirements. Qualified sources must have the knowledge and capability to perform all stated requirements starting 01 Jan 02. Interested sources must submit the following information for Air Force evaluation: 1) description of existing F-15 weapon system experience relative to acquisition and sustainment support activities to include an outline of previous work performed; 2) description of capability to design, develop, integrate, fabricate, test, install, and support modifications and enhancements to F-15 weapons systems; including the contractor's capability to provide classified (up to the SECRET clearance level) and unclassified hardware and documentation storage/handling; 3) qualifications of lead management and engineering personnel projected to work on this contract (to include education, background, accomplishments, and other pertinent information relevant to the task outlined above); 4) organizational structure, with emphasis on how this program fits into the overall company's weapon system integration and sustainment process; 5) information on existing laboratory, test and production facilities needed to accomplish these requirements, including TEMPEST facilities needed to develop and test hardware and software; 6) information on deficient capabilities to include but not limited to the above listed capabilities and the proposed fix to those deficiencies. The NAIC Code for the acquisition will be 336413, aircraft manufacturing. Interested sources shall include their Size and CAGE code in the information provided. Interested firms should submit sufficient information, which will permit evaluation of technical F-15 integration capabilities in writing or electronically to ASC/FBA, Attn Ms. Nancy Williamson, Bldg 32 within 15 calendar days from the date of this announcement. An electronic transmission in Microsoft Office98 compatible format is acceptable and can be sent to e-mail address: nancy.williamson@wpafb.af.mil This synopsis is not a request for proposals. 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. "
Web Link
01R0026FB-F-15 WEAPON SYSTEM (http://www.pixs.wpafb.af.mil/pixslibr/01R0026FB/01R0026FB.asp)
Record
Loren Data Corp. 20010606/15SOL004.HTM (D-155 SN50N895)

15 - Aircraft and Airframe Structural Components Index  |  Issue Index |
Created on June 4, 2001 by Loren Data Corp. -- info@ld.com