Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 31,1998 PSA#2170

ASC/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