Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 19,1997 PSA#1848

R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH 45433-7607

J -- B-2 TRAINING SYSTEMS LOGISTICS SUPPORT (TSLS) SOL n/a POC Program Manager, Lt Col Charles Vanderberg (937) 255-9495/Contracting Officer Delma Moore, (937) 255-9495 The B-2 System Program Office (ASC/YS) Sources Sought, B-2 Training Team Attn : ASC/YST. Sources are sought for a contractor logistics support (CLS) program for the B-2 Training Systems. This announcement is for the initial contract which is anticipated to be a 5-year Indefinite Delivery Indefinite Quantity (IDIQ) type contract. It 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 at least $1M with a maximum contract value of $75M over the 5-year period. The anticipated award date for this IDIQ type contract is mid 1998. The first delivery order issued under this IDIQ contract will satisfy the minimum contract value. This contract will include the requirement to provide contractor logistics support for the installed B-2 Training Systems at Whiteman AFB, MO. This contract may include level of effort activities as wellas discrete tasks for conducting analyses, studies, planning, design/development, qualification/test, production, kits/retrofit/initial spares, integration, installation, training, support, sustainment, and program management. The Government cannot predetermine at the project level the precise B-2 aircraft improvements and therefore the associated modification quantities/deliveries to be acquired within the 5-year window. As a result, the requirements for this acquisition are further defined in terms of functions to be performed relative to modifications to the B-2 Training Systems to maintain concurrency with the B-2 Air Vehicle 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, retrofit; production as required (e.g., tooling design/change, systems engineering, hazardous material elimination/reduction, etc); identification of impacts/correction as required relative to updating the support structure (e.g., support equipment, technical orders, spares, training, etc); operation and maintenance of facilities to support changes. The B-2 SPO is surveying the market to determine if any sources are qualified to perform all of the aforementioned requirements for the initial IDIQ contract for the B-2 Training Systems Logistics Support Program. Qualified sources must have in-depth knowledge of typical aircrew and maintenance training systems and have the existing capability to perform all of the previously stated requirements for supporting the B-2 Training Systems beginning in mid 1998. Interested sources must submit the following information for Government evaluation: (a) Description of existing aircraft training system experience relative to development and logistics support activities to include an outline of previous projects and the associated work performed; (b) Description of capability to design, develop, integrate, fabricate, test, install and support improvements to aircraft training systems. This description shall include the contractor's capability to provide for the security of classified and unclassified hardware and storage/handling of documentation up to the TOP SECRET SPECIAL ACCESS REQUIRED (SAR) and SINGLE INTERGRATED OPERATIONAL PLAN (SIOP) Levels. Minimum personnel security clearance requirements for this effort are SECRET; (c) Qualifications of lead management and engineering personnel projected to work on this contract (to include education, background, accomplishments, and other pertinent information relevant to the tasks outlined above); (d) Organizational structure, with emphasis on how this project fits into the overall company's aircraft training systems development process; (e) Information on existing plant, laboratory, test and production facilities needed to accomplish these requirements, including TEMPEST facilities needed to develop and test hardware and software; (f) Any deficiencies in capability and a proposed fix to those deficiencies; (g) If subcontractors are to be utilized, similar information as requested above for the prime contractor is required for each identified subcontractor. The SIC Code for this acquisition will be 8711, Engineering Services: Military and Aerospace Equipment and Military Weapons. Interested sources shall also include their Size and CAGE code in the information provided. Interested firms should submit sufficient information which will permit evaluation of technical capabilities in writing to ASC/YST, Attn: Lt Col Vanderberg, 2275 D. Street, Suite 4 Bldg 16; Wright-Patterson AFB OH 45433-7221 within 15 calendar days from the date of this announcement. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from the 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, Michael Coalson, ASC Ombudsman, ASC/SY; 2475 K. Street, Suite 1; Wright-Patterson AFB OH 45433-7642, at (937) 255-9279 ext 232 with serious concerns only. Routine communication concerning this acquisition should be directed to Delma Moore, Contract Negotiator, ASC/YST, 2275 D. Street, Suite 4, Wright-Patterson AFB OH 45433-7221 at (937)255-9495. (0135)

Loren Data Corp. http://www.ld.com (SYN# 0057 19970519\J-0018.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page