Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2012 FBO #3899
SOLICITATION NOTICE

H -- Engineering Services for Surveillance and Component Testing

Notice Date
7/26/2012
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
DEPARTMENT OF THE AIR FORCE; OO ALC GHGK MUNITIONS;6033 ELM LNBLDG 1247; HILL AIR FORCE BASE; UT; 84056
 
ZIP Code
84056
 
Solicitation Number
FA8213-12-R-3077
 
Response Due
8/9/2012
 
Point of Contact
Sean M Jones, Phone 801-586-4047, Fax 801-775-4767, Emailsean.jones@hill.af.mil - Chris Cole, Phone 801-777-5785, Fax - -, Email christopher.cole@hill.af.mil
 
E-Mail Address
Sean Jones
(sean.jones@hill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
PR Number(s): FD20201277188 Item: 0001 Engineering Services for Surveillance and Component Testing Description: This effort is for aircraft integration, mission planning, flight test and engineering/technical in support of the Wind Corrected Munitions Dispenser (WCMD) weapon system, IAW attached PWS dated 22FEB12. Quantity: 1.0000 LO Destn: PLANT,,,. Delivery: *12 Months *ARO Contract, 1.00 LO PR Number(s): FD20201277188 Item: 0002 TRAVEL Description: Reimbursement of travel costs IAW FAR 31.205-46. Quantity: 1.0000 LO Delivery: *12 Months *ARO Contract, 1.00 LO PR Number(s): FD20201277188 Item: 0003 CDRLs A001-A005 Description: IAW DD Form 1423 Quantity: 1.0000 LO Destn: 1423,,, -. Delivery: *12 Months *ARO Contract, 1.00 MM Duration of Contract Period: 12 mo. OO-ALC/EGHGB is contemplating a sole source award to Lockheed Martin Missiles and Fire Control-Orlando, 5600 Sand Lake Road, Orlando, FL, 32819-8907. It is intended that the award be made to support on-going aircraft integration and technical support efforts involving A-10; B-1;B-52; F-15E; F-16 Blocks 30-50; and F-35 Joint Strike Fighter (JSF).The contract is targeted for an award date of September 2012 and run for 1 year through September 2013. The offeror will provide the following:1) Support of all WCMD aircraft integration activities on the cited platforms to include technical support, flight test support to include weapon build up and tear down, test plan reviews, technical meeting support, WCMD telemetery data analysis, System Integration Lab (SIL)support, and WCMD Operational Flight Program (OFP) support; 2) Provide WCMD software updates; 3) Servicing, maintenance and software support of WCMD Weapon Simulator Units (WSUs), System Support Simulators (SSSs) and Dual System Support Simulators (DSSSs); 4) Maintenance of USAF and FMS, if cases arise, WCMD mission planning weapon planning module (WPM) for the Mission Planning Portable Flight Planning System (PFPS) to include WCMD fly out model (FOM) support; 5) Control and maintenance of WCMD interface control documentation (ICD) and other configuration control processes to include interface control working group (ICWG)meetings; 6) General WCMD weapons engineering support activities to include but limited to failure and systems analysis and systems training. Electronic procedure will be used for this solicitation. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The solicitation will be made available through electronic data interchange procedures Electronic Data Interchange (EDI). To obtain and respond to the solicitation electronically, the following information is applicable: www.fbo.gov. IAW IG5305.207(c)(91)(3) Note H: Caution: The drawings which will be furnished under this RFP and any resultant contract are proprietary to the Boeing Company. Proprietary Firms interested in proposing on this RFP must have on file a Data current OC-SAF/66, "Rights Guard Certificate", signed by an individual authorized to bind your company, or the bid package will not be furnished. This certificate may be obtained from OCALC/PKXDA, Tinker AFB OK 73145-5320. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8213-12-R-3077/listing.html)
 
Record
SN02816634-W 20120728/120727000218-b04ad0dccd55e5a1c41484f3f2bc8f54 (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.