|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 30,1995 PSA#1272Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir Avenue, Hill Air
Force Base, Ut 84056-5820 R -- AF R&M 2000 PROGRAM SOL F42620-95-R-1023 DUE 031795 POC For copy,
PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information
contact Dennis Riches/Lake/(801)777-5965 Design Engineering Services to
support the engineering functions of the Air Force Materiel Command
(AFMC) to acquire nonpersonal technical services in support of the AF
R&M 2000 Program. The objective is to improve the reliability,
maintainability and deployability (RM&D) of AFMC managed weapon systems
& subsystems and the manufacturing, repair, and test processes used in
support of those systems. This effort is a follow-on to the AFLC
directed Design Engineering Program (DEP). The current contractors
under OO-ALC DEP contracts are; BDM International Inc., Science
Applications Int'l Corp. (SAIC), Modern Technologies Corp, and
Scientech Inc. The design engineering contractor(s), who receive a
contract will be involved in efforts to design, develop and test
selected acquisition and modification programs and projects through the
prototype stage. Design engineering efforts will culminate in the
preparation of a validated engineering/technical data package to be
used by the pertinent Air Logistics Center (ALC) for competitive
acquisition. Efforts may include engineering studies; design &
prototype construction; testing; design & manufacturing analysis;
technical documentation, and selection and management of subcontractors
based on their program specific qualifications. Tasks for this program
will encompass the following federal supply groups (FSGs); FSG-13,
Ammunition and explosives (excludes FSC 1345 through 1371 and 1386);
FSG-14, Guided Missiles, FSG-15 Aircraft Structural Components
(excludes FSCs 1510 through 1550); FSG-67, Photographics and Cameras;
and FSG-69, Training Aids and Devices (simulators). Each design
engineering contractor will be excluded from participation in any
follow-on production phase, either as a prime contractor or a
subcontractor for the programs they develop under their contracts. The
government reserves the right to award up to a total of 5 contracts to
be awarded from 3 separate solicitations: 1) F42620-95-R-1023 on a
Small Business Set-Aside, 2) F42620-95-R-1024 on a Small Disadvantaged
Business Set-Aside, and 3) F42620-94-R-1034 on a Full-and-Open
Competition solicitation. The contracts will contain performance
periods of 5 years on Indefinite Quantity contracts. The acquisition
will be processed under Streamlined Selection Procedures as authorized
by AFFARS Appendix BB. This request is a continuation of the
acquisition process for the previously advertised request for
interested sources under F42620-94-R-AAAL of March 22, 1994 and the
Draft RFP #F42620-94-R-1034 of August 22, 1994. All sources who have
already expressed interest will automatically receive a copy of this
solicitation. It will not be necessary for them to request one.
Contractors will be requested to submit their proposals in 30 days from
the distribution of the solicitation. Telephone responses will not be
accepted. The approximate issue/response date will be 15 Feb 95. No
telephone requests. Only written or faxed requests received directly
from the requestor are acceptable. All responsible sources may submit
a bid, proposal, or quotation which shall be considered. Don't request
information on this requirement until after the issue date. Requests
for copies of solicitations must reference the entire solicitation
number, including purchasing office identification number. To expedite
your request, limit the number of individual solicitation numbers
requested per letter to not more than 10. This proposed procurement is
under a 100 percent small business set aside, the size standard of
annual receipts of 20 million dollars. See Note (s) 1. (0026) Loren Data Corp. http://www.ld.com (SYN# 0053 19950127\R-0002.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|