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