Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 11,1999 PSA#2259

Directorate Of Contracting, Oo-Alc 6038 Aspen Avenue Bldg 1289 Se, Hill Air force Base, Ut 84056-5816

J -- PEACEKEEPER CANISTER SYSTEM SOL F42610-99-R-20060 DUE 022699 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Kent Wright/Lmka/[801]777-5792 WEB: Click here to obtain/view solicitation., http://contracting.hill.af.mil/html/1099r20060/mis1099r20060.htm. E-MAIL: Click Here to E-mail Buyer*****, WRIGHTK@HILLWPOS.HILL.AF.MIL. Program Depot Maintenance (PDM) ) in accordance with Northrop Grumman drawing 5D86755PK of three (3) Air Elevators (AE) Manufactured by Westinghouse Electric Marine Systems (Part Number 1D96688PK. Induction 15 Mar 99, 15 Apr 99, and 1 Jun 99 with delivery to Vandenberg AFB (VAFB) on 15 Aug 99, 15 Sep 99, and 1 Nov 98. PDM of three (3) Peacekeeper (PK) Canisters in accordance with Northrop Grumman process drawing, 5D86774PK, revised by successful contractor as required to include accomplishing interior strip, re-paint, and clear coat application. The revision must meet EPA and nuclear surety considerations. Start 10 May 99, 21 Jun 99, and 9 Aug 99. Finish 28 May 99, 16 Jul 99, and 27 Aug 99. Minimum of 24 man months continuous engineering support necessary to sustain PK ground support system, consisting of but not limited to: AE, Canister, Longitudinal Restraint Mechanism (LRM), Elevator Position Stop (EPS), Air Elevator Support Trailer (AEST), Emplacer, Stage Containers, and Auxiliary Power Units/Environmental Control Systems (APU/ECS). Support may be required at Vandenberg AFB, CA; FE Warren AFB, W; Hill AFB, UT: Peterson AFB, CO or at any contractor facility identified by the government program manager. Support shall be provided by senior and/or principal PK experienced engineers. Senior engineer shall possess at least a bachelors degree from an accredited College or University and 12-15 years of PK experience directly associated with the design, repair, and/or maintenance of the PK ICBM canister system at either the original equipment manufacturer (Northrop Grumman, formerly Westinghouse Electric Marine Systems), System Program Office (SPO) or operational wing. Completion of the USAF Technical Engineering School would be a positive indication of required quaification. The minimum acceptable experience for the principal engineer is 25 years PK experience. Re-design LRM/EPS. Develop, test, prototype, and provide engineering data for an elevator position stop cover plate seal for installation by 10 May 99.Develop a feasibility study to upgrade the Peacekeeper Integration Facility (PKIF) AEST S/N EM-2 to production configuration. Update engineering drawings as required and identified during PDM or as a result of continuous engineering. Develop an AEST flow meter installation for the AE lift seal flow meter. The RFP will contain a Statement of Objectives to guide the offeror in structuring a sound Statement of Work and other documents supporting and defining the contractors proposed effort. Justification not to compete this proposed contract action is based on the requirement for specialized Engineering and Technical support experience gained through design, repair, and/or maintenance of the PK Intercontinental Ballistic Missile (ICBM) Canister System at either the original equipment manufacturer or operational wing. All responsible sources may submit a bid, proposal, or quotation, which shall be considered The approximate issue/response date will be 27 JAN 1999. To: Big Horn Technologies Inc, Cheyenne WY. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. 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 directoror 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 Brent W. Kendall if your concerns are not satisfied by the contracting officer (801)777-6991. ATTENTION: Contractor must be registered with Central Contractor Registration to be eligible for contact award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423, or via the Internet at http://ccr.edi.disa.mil See Note (s) 13,25,26. Posted 01/07/99 (I-SN286115). (0007)

Loren Data Corp. http://www.ld.com (SYN# 0033 19990111\J-0001.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page