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