Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 6,1995 PSA#1467

HSC/PKR, 8005 9th Street, Brooks AFB, TX 78235-5352

A -- R&D ON MODULAR AIRCRAFT SUPPORT SYSTEM (MASS) SOL F41624-96-R-5002 POC Contact Point Shirley Walluk, (210) 536-5775; Contracting Officer Phyllis Morse, (210) 536-5771. R&D on Modular Aircraft Support System (MASS). PKR SSS 96-03. The Logistics Research Division, Human Resources Directorate of the Air Force Armstrong Laboratory (AL/HRG), Wright-patterson AFB OH is planning an advanced development project on modular ground support equipment. Qualified sources are being sought for the subject program. Currently, most types of aircraft ground support equipment are designed for single functions. There are separate carts for electrical power generation, air conditioning, hydraulic and pneumatic pressure, and so on. This program involves investigation of new equipment designs featuring modular concepts which would permit multi-functional machines to be built. Among other benefits, modular support equipment would greatly reduce the deployment burden of mobilizing air force units. To be a practical advantage over current support equipment designs, modular support equipment must be more reliable and easier to use and repair. In addition to reliability, maintainability, deployability and supportablity (RMDS), a number of design engineering challenges will be addressed by the MASS research to include pollution reduction, weight/volume reduction of multi-function ground equipment, and modularity concepts permitting a bolt-on/bolt-off approach to MASS configuration. The research will identify and evaluate a number of support equipment design options of which one or more will be selected for technology demonstration. The demonstration will include a concurrent engineering approach to MASS design that captures key elements of RMDS in the evaluation process. The demonstration will also include a proof of concept model for field test. Research and Development Streamlined Contracting Procedures (RDSCP) apply to this acquisition in accordance with DFARS 235.70. A standard request for proposal (RFP) will not be issued. The complete solicitation will appear in a subsequent edition of the Commerce Business Daily. As such, respondents to this notice must include complete address information to the contracting office (HSC/PKRH) at the address indicated below in order to receive any supplemental packages/amendments. A cost plus fixe fee type contract is contemplated for this effort. The period of performance is contemplated to be 36 months. Three research phases of 12 months each are anticipated. In Phase I, relevant technologies and technology integration concepts are planned to be evaluated against an ordered set of MASS performance and RMDS criteria. In Phase II, one or more MASS equipment configurations are anticipated to be selected for design and development. The development would include the use of computer-aided design and computer-aided engineering tools, including RMDS tools. In Phase III, technology and demonstrators (in the form of actual MASS machines) are planned to be fabricated and tested. A SECRET security clearance will be required in performance of this work. THIS ANNOUNCEMENT is NOT a REQUEST for PROPOSAL or ANNOUNCEMENT or SOLICITATION. Only responses that provide the requested information applicable to your firm will be considered. SIC Code 8731 has been assigned. Firms should indicate whether they are a woman-owned business. Additionally, information is required as to whether your firm is considered a small business. The general definition to be used to determine whether your firm is small is as follows: ''A small business concern is a concern including its affiliates, that is independently owned and operated, is not dominant in the field of operation in which it is bidding on Government contract, and with its affiliates the number of employees does not exceed 500 persons.'' 'Concerns' means any business entity organized for profit with a place of business located in the United States, including but not limited to an individual, partnership, operation, joint ventures, association, or cooperation.'' The Air Force reserves the right to consider a small business set-aside based on responses hereto. All respondees to this synopsis shall include their assigned Commercial and Government Entity (CAGE) Code (i.e., Federal Supply Code for Mfrs, a five digit code assigned by Cmdr, Def Logistics Service Center, Attn: DECS-CGD, Federal Center, Battle Creek, MI., Ref DOD 5000.12(M). Small businesses interested in this effort MUST respond with a complete capability/qualification package describing the company's technical expertise and experience, personnel and facilities and motivation for participating in this program. SEE READER'S GUIDE NOTE(S) ITEM NUMBER 25 for FURTHER DETAILS. Large businesses need only rely with a letter of interest. Responses submitted should be in one copy only. Each response should reference PKR SSS 96-03. Response should be sent to: HSC/PKRH, 7009 Lindbergh Dr., Attn: Shirley Walluk, Brooks AFB TX 78235-5352. Any non-technical and/or contractual questions should be referred to Shirley Walluk, 210-536-5775. Technical questions may be directed to Ed Boyle, AL/HRGA, 2698 G Street, Wright-Patterson AFB, OH 45433-7604, Phone: 513-255-5169. An Ombudsman, Mr Emile Baladi, 201-546-2903 has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Closing date for submission of response is thirty days from publication of this notice. (0306)

Loren Data Corp. http://www.ld.com (SYN# 0008 19951103\A-0008.SOL)


A - Research and Development Index Page