Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2007 FBO #2064
SOURCES SOUGHT

T -- B-52 TECHNICAL ORDER SUPPORT

Notice Date
7/20/2007
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, OK, 73145-3015, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
B-52
 
Response Due
8/6/2007
 
Archive Date
8/21/2007
 
Description
B-52 Technical Publication Support Sources Sought Synopsis This is a SOURCES SOUGHT SYNOPSIS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis is in support of market research being conducted by the Air Force to identify capable potential sources. The United States Air Force, through the Oklahoma City Air Logistics Center (OC-ALC) is conducting market research to identify potential business sources interested in providing B-52 technical order support to include flight manuals, maintenance manuals, trainer manuals and weapons load manuals. The B-52 technical order support contract may involve new technical order (TO) acquisition as well as sustainment for legacy TOs. Contractual requirements will include but not be limited to systems engineering support, providing 24-hour support, traveling in support of TOs and be able to gain access to government facilities, support classified TOs, be able to store and ship classified TOs in accordance with Department of Defense Directives, author TOs (including Time Compliance Technical Orders and Operational Supplements) in formats required to support B-52 TOs and Integrated Electronic Technical Manuals (IETMs) (including but not limited to HTML, SGML, and XML), deliver TOs in formats required to support B-52 TOs and IETMs (including but not limited to paper, IPDF, HTML, SGML, and XML), providing a web-based compatible viewer to display B-52 IETMs on both stand-alone computer systems and network connected computer systems, developing a Certificate to Operate (CtO) for any software that will integrate with government systems, providing data portability into existing government systems, and support the Air Force directive to evolve IETMs to level 2 and beyond. Qualified contractors must be able to provide or obtain limited engineering support for the specified manuals on an as needed basis within the specified timeframes. Contractors must obtain access to B-52 design, engineering, qualification, test, reliability, and configuration data. Contractors must have suitable facilities, tools, equipment, and personnel to provide all B-52 technical order support services. Contractors must have the ability to receive, handle, generate, and store classified materials up to and including secret materials. Contractor must have experience in and be able to develop and/or sustain TOs per the following specifications: DTL-7700, DTL-87268C, DTL-87269C, M-9977, M-38784, M-38807, M-83495, PRF-9854, and STD-5096. Tech writers/editors for flight manuals and weapon loading manuals must have military experience or equivalent in their respective fields. It is highly desirable for maintenance manual tech writers/editors to have military experience or equivalent experience in the respective field of the tech manual(s) they are responsible for. Contractors responding to this Sources Sought Synopsis shall submit the following information electronically no later than Aug 6, 2007, 4:30 PM EST to caren.annesley@tinker.af.mil. Responses must include the following: name and address of firm, capabilities related to the task areas above, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; number of years in business; affiliate information: parent company, joint venture partners; intent to participate in the upcoming acquisition as a prime offeror; list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). The page limitation for this submission is ten (10) pages. Any information submitted by respondents to this synopsis strictly voluntary. The Government will not reimburse the respondents for any costs associated with their responses. This synopsis does not constitute a Request for Proposals (RFP), or an Invitation for Bids (IFB), nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government will neither award a contract solely on the basis of this notice, nor pay for any information that is submitted by respondents to the Sources Sought request. The Government reserves the right to contact the submitting parties, on an as required basis, for further clarification on material provided. The Government will evaluate the information provided, include it into our document with our market research, and use it as needed during the development of the RFP. In addition, the Government will use its evaluation of the information and other research to determine the sources that appear qualified to perform the work required by the Government. The Government intends to release the RFP only to those respondents who are deemed qualified for this requirement. Point of Contact Caren Annesley, Contract Negotiator, Phone (405) 739-5433, Fax (405) 739-4452, Email caren.annesley@tinker.af.mil.
 
Record
SN01348122-W 20070722/070720224106 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.