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