|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 31,1998 PSA#2170ASC/YSD, 2275 D St, Ste 16, Wright-Patterson AFB, OH 45433-6503 15 -- B-2 FLEXIBLE ACQUISITION AND SUSTAINMENT TEAM (FAST SOL n/a POC
LT Col Charles Vanderber, Contracting Officer, (937) 255-9498/Delma
Moore, Contracting Officer, (937) 255-9495 The B-2 System Program
Office (ASC/YS) contemplates awarding contract(s) for flexible
acquisition and sustainment of the B-2 weapon system. This effort
includes assuming Total System Performance Responsibility for the
current B-2 weapon system baseline and will include future enhancements
or improvements. The flexible acquisition and sustainment for the B-2
weapon system will contain multiple contract types at the contracts
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/maximum amount for the flexible sustainment is
anticipated to be $300M/$1.7B. Contract efforts are subject to FAR
52.232-18 availability of funds. Anticipated award date is 1 Sep 1999
for a portion of the effort contemplated herein. Contract(s) may
include level of effort and discrete tasks for sustainment activities
to support Program Depot Maintenance (PDM), product support and
software maintenance, interim contractor support, Contractor Logistics
Support, Technical Orders, and Contractor Integrated Technical
Information Services (CITIS), configuration and data management, spares
and support equipment as well as enhancements or improvement efforts
for upgrades to the weapon system. The requirements for this
acquisition are further defined in terms of functions to be performed
relative to flexible acquisition and sustainment for the B-2 weapon
system. Sufficient capability must exist to perform at a minimum the
following related tasks: PDM planning for the fleet of twenty-one
aircraft and PDM for resolution of supportability issues occurring when
the aircraft modification line ends and the stand-alone PDM effort
begins. PDM planning is required to outline provisions for manpower,
equipment, facilities, business support systems, security, material,
support infrastructure, induction/delivery schedules, test
requirements, ROM labor and material impacts and drop-in aircraft
maintenance plan for PDM performance. Provide interim contractor repair
on programmed and known/unknown non-programmed B-2 weapon system items
identified for repair/modification. Product support requires the
contractor to identify, evaluate and recommend solutions to resolve B-2
weapon system hardware and software technical and supportability
anomalies, deficiencies, and problems. Integrate hardware modifications
with software and testing to verify adequate proposed engineering
problem solutions. Provide software support efforts required to analyze
software change requests, field anomalies, and software block changes.
Software block changes include requirements development, design, code,
test and integration, administrative support, interfacing to flight
test, firmware manufacturing, and retrofit processes. Efforts for
mission planning systems, B-2 Training System, and associated ancillary
equipment include identifying and evaluating impacts to those systems
resulting from air vehicle anomalies, field anomalies and software
block changes. Develop and maintain B-2 system related technical orders
as required. At a minimum provide maintenance of CITIS for Government
to access all B-2 program data electronically. Perform weapon system
enhancements or improvement efforts to support at a minimum all B-2
weapon system upgrades including development, test, production,
retrofit modifications and related training. The Government cannot
predetermine at the project level the precise B-2 aircraft flexible
acquisition and sustainment requirements or improvements to be
acquired. The B-2 SPO is surveying the market to determine if any
sources are qualified to perform all of the aforementioned requirements
for this contract(s). Qualified sources must have in-depth knowledge of
the B-2 aircraft design and have the existing capability to perform all
of the stated requirements commencing 1 Sep 1999. Interested sources
must submit the following information for Government evaluation: (a)
Description of existing weapon system experience relative to flexible
acquisition and sustainment support activities to include an outline of
previous work performed; (b) Description of capability to design,
develop, integrate, fabricate, test, install and support improvements
to weapon 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) Level and SINGLE INTEGRATED 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 program fits into the overall company's
weapon systems sustainment 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 or electronically to
ASC/YSAT, Attn: Lt Col Vanderberg, AMC III, Bldg 556, 2690 Loop Road,
West, Wright-Patterson AFB OH 45433-7221 within 15 calendar days from
the date of this announcement. An electronic transmission in Microsoft
Office 97 compatible format is acceptable and can be sent to email
address vanderberg.charlie@b2.wpafb.af.mil or
moore.delma@b2.wpafb.af.mil. 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, Stephan J. Plaisted, 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 Ms Delma Moore at email
moore.delma@b2.wpafb.af.mil phone number (937) 255-9495, ASC/YSA, AMC
III, Bldg 556, 2690 Loop Road, West, Wright-Patterson AFB OH
45433-7221. Posted 08/27/98 (W-SN242715). (0239) Loren Data Corp. http://www.ld.com (SYN# 0198 19980831\15-0003.SOL)
15 - Aircraft and Airframe Structural Components Index Page
|
|