MODIFICATION
59 -- REQUEST FOR INFORMATION: ALR-69A Radar Warning Receiver Performance Based Logistics (PBL) Contract
- Notice Date
- 1/29/2010
- Notice Type
- Modification/Amendment
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- FA8540-10-R-12345
- Archive Date
- 3/13/2010
- Point of Contact
- Jessica M. Bieberbach, Phone: 478-926-7192
- E-Mail Address
-
jessica.bieberbach@robins.af.mil
(jessica.bieberbach@robins.af.mil)
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION: ALR-69A Radar Warning Receiver Performance Based Logistics (PBL) Contract Description: This is a Request for Information for a PBL contract to support the ALR-69A Radar Warning Receiver for 542 CBSG/SY, Robins AFB, GA. The purpose of this announcement is to identify firms who possess both capability and experience to provide sustainment support for a digital radar warning receiver. Sustainment activities include: repair; inventory management; transportation, packaging and distribution; reliability growth; and delivery to meet availability requirements. Since the ALR-69A has been determined to be "core" workload, there is also a requirement to partner with the 402 Wing at WR-ALC for depot repair. This is not a notice of solicitation issue. This Request for Information does not constitute a Request for Proposal (RFP) or Request for Quote (RFQ), nor does this issuance restrict the Government's acquisition approach. The ALR-69A program is currently in the Development Test/Operational Test phase. Two low rate initial production (LRIP) options have been awarded with a full rate production decision expected in the summer of 2011. The prime contractor Raytheon currently has 3 production options remaining on its contract which runs through 2013. Sustainment is currently covered by a warranty clause. The attached draft performance work statement provides a more detailed description of the services and the performance metrics required. The Government requests that interested parties specifically address the following areas: Capability, experience and past performance with repairing digital RWRs Capability, experience and past performance with PBL contracts Capability, experience and past performance with depot partnering General approach to meeting R&M growth requirements General approach to meeting Availability metric Top level schedule and approach to activating organic depot at WR-ALC General Approach to inventory management functions ROM cost estimate for the basic five year contract (include assumptions) Furthermore, your response should not exceed 20 pages and should include the following: Company Name; Address; Point of Contact; Telephone Number; E-Mail Address; CAGE Code; Web Page URL; Size of Business and participation in a government preference program (if applicable). Please submit your responses to: Jessica Bieberbach 460 Richard Ray Blvd, Suite 200 Robins AFB, GA 31098-1813 Jessica.Bieberbach@Robins.AF.MIL Responses should be submitted no later than 3:00 PM EST, 26 Feb 2010. The Government will neither award a contract order solely on the basis of this RFI nor will it reimburse the contractor for any costs associated with preparing and submitting a response to this notice. Refer all questions concerning this RFI to Jessica Bieberbach at Jessica.Bieberbach@Robins.AF.MIL.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8540-10-R-12345/listing.html)
- Place of Performance
- Address: Robins AFB, Georgia, 31088, United States
- Zip Code: 31088
- Zip Code: 31088
- Record
- SN02053719-W 20100131/100130000152-10e75c738c625f73435950f9549a3499 (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 |