|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 6,1997 PSA#1777Contracting Office: Aeronautical Systems Center B-2 Systems Program
Office, ASC/YSDIK, Wright-Patterson AfB OH 45433-6503 15 -- B-2, AIRCRAFT MULTI-STAGE IMPROVEMENT PROGRAM (MSIP) SOL
F33657-97-R-0012 POC Contact Point/Contracting Officer: Program Manager
-- Laetta Gayheart (513) 255-9502; Robert L. Pinkus, Contracting
Officer (513) 255-1898. The B-2 System Program Office (ASC/YS) intends
to award a sole source contract to Northrop Grumman, Military Aircraft
System Division (NGMASD) for a Multi-Stage Improvement Program for the
B-2 aircraft system. This effort will include engineering
manufacturing development (EMD), production and support to be acquired
via initial and follow-on contracts. This announcement is for the
initial contract which is anticipated to be a 5-year Indefinite
Delivery Indefinite Quantity (IDIQ) type contract which will contain
multiple contract types at the line item level (e.g., cost-plus award
fee, time & materials, firm fixed price, etc) to accommodate a wide
range of potential tasks, the estimated minimum contract value is
anticipated to be $1M with a maximum contract value of $490M over the
5-year period contingent upon funds availability. The anticipated award
date for this IDIQ contract is mid 1997. The first delivery order
issued under this IDIQ contract will satisfy the minimum contract
value. This contract may include level of effort activities as well as
discrete tasks for conducting analyses, studies, planning,
design/development, qualification/test, production,
kits/retrofit/initial spares, integration, installation, training,
support, sustainment, flight test infrastructure, program management
and options. No Government Furnished Information will be provided. The
Government cannot predetermine at the project level the precise B-2
aircraft improvements and associated quantities/deliveries to be
acquired within a 5-year window. As a result, the requirements for this
acquisition are further defined in terms of functions to be performed
relative to improvements to the B-2 aircraft system and may include
some or all of the following: engineering, hardware component/subsystem
development and/or modification, test, integration, fabrication,
installation and support, software development, test,
integration/installation/support, including software block updates, kit
prototype, flight test, retrofit, production asrequired (e.g., tooling
design/change, systems engineering, hazardous material
elimination/reduction, etc), identification of impacts/correction as
required relative to updating the support structure for organizational,
intermediate & depot levels (e.g., support equipment, technical orders,
spares, training, etc), operation and maintenance of facilities to
support changes. An Ombudsman has been established for this
acquisition. The only purpose of the Ombudsman is to receive and
communicate serious concerns from potential offerors when an offeror
prefers not to use established channels to communicate his/her concern
during the proposal development phase of this acquisition. Potential
offerors should use established channels to request information, pose
questions, and voice concerns before resorting to use of the Ombudsman,
Daniel L. Kugel, ASC Ombudsman, ASC/SY, 2475 K. Street, Suite 1,
Wright-Patterson AFB OH 45433-7642, at (513) 255-5185, with serious
concerns only. The solicitation will be released inelectronic format
via a 3.5" diskette using Word 6.0 for Windows. Direct all requests for
solicitations and routine communication concerning this acquisition, as
well as requests for information regarding subcontracting opportunities
to Ms. Carol White, Contract Negotiator, ASC/YSDIK, 2275 D. Street,
Suite 16, Wright-Patterson AFB OH 45433-6503 at (513)-255-1898. See
Note 22 (0035) Loren Data Corp. http://www.ld.com (SYN# 0204 19970206\15-0015.SOL)
15 - Aircraft and Airframe Structural Components Index Page
|
|