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