Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 18,1997 PSA#1827

ASC/YFK, 2130 Fifth Street, Wright-Patterson AFB, OH 45433-7003

15 -- F-22 LOW RATE INITIAL PRODUCTION AIRCRAFT (LRIP) AND OUT-OF-PRODUCTION PARTS (OPP) SOL n/a POC Mary Routhier, Contracting Officer, (937) 255-1695 ext 2243 Potential sources sought for the F-22 Out-of-Production Parts (OPP) Program in support of F-22 Low Rate Initial Production (LRIP) Program. Acquisition of LRIP Lots 1 through 5 aircraft and their associated equipment, support and training is contemplated by ASC/YF as follows: two, six, twelve, twenty, and thirty aircraft consecutively. The purpose of the LRIP aircraft is to provide initial operational aircraft to the field. Deliveries for Lot 1 are scheduled to begin in Feb 02. Deliveries for Lot 2 are scheduled to begin in Nov 02. Deliveries for Lot 3 are scheduled to begin in Oct 03. Deliveries for Lot 4 are scheduled to begin in May 04. Deliveries for Lot 5 are scheduled to begin in Nov 05. This requirement is a prospective sole source acquisition with Lockheed Martin Corporation. Lockheed Martin Aeronautical Systems (LMAS), Marietta, GA, is currently the prime contractor for the engineering and manufacturing development of the F-22 aircraft. Reprocurement data is not available. The purpose of this synopsis is to notify industry of the impending action to procure OPP redesign activities and procure parts which will become obsolete and to determine if any competitive sources exist. The F-22 contract award for the F-22 OPP effort is Jun 97. The LRIP Lot 1 Request for Proposal is currently planned to be released in Feb 98. Performance requires a substantial initial investment and an extended period of preparation for manufacture. The F-22 blends low observability with advanced avionics, a highly maneuverable lightweight airframe, and the ability to supercruise. It is designed to detect, engage and destroy an opposing force before F-22 detection as well as possessing an air to ground capability. The offeror must: (1) possess program management, fabrication/assembly, and quality assurance personnel; (2) possess the material, engineering, factory and flight test equipment, and physical facilities; (3) be a responsible contractor with demonstrated recent total aircraft system responsibility; (4) be capable of delivering qualified aircraft for Initial Operational Testing and Evaluation in Sep 2002; and (5) include in their response to this synopsis evidence of these capabilities. The offeror shall indicate their size status in relation to SIC code 3721, 1,500 people. An Ombudsman 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. Interested parties are invited to call Mr. Michael Coalson, ASC/SYI, Bldg 52, 2475 K street, Suite 1, Wright-Patterson AFB OH 45433-7642, e-mail: coalsons@sy.wpafb.af.mil, at (937) 255-9279. The Ombudsman should only be contacted with issues or problems that have been previously brought to the attention of the contracting officer and could not be satisfactorily resolved at that level. Routine communication concerning this acquisition should be directed to Mary Routhier, ASC/YFK, 2130 Fifth Street, Wright-Patterson AFB OH 45433-7003, telephone (937) 255-1695 ext 2243. (0106)

Loren Data Corp. http://www.ld.com (SYN# 0184 19970418\15-0010.SOL)


15 - Aircraft and Airframe Structural Components Index Page