Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 21,1999 PSA#2351

2300 D Street Wright-Patterson AFB OH 45433-7249, 45433-7249

16 -- F-15 GROUP A RETROFIT KITS FOR BOL COUNTERMEASURES DISPENSER SYSTEM SOL F33657-99-R-0046 POC Rudolph Platzer, Contract Negotiator/Lisa M. Adams, Contracting Officer,(937) 255-3913 x2408 WEB: 99R0046-F-15 Group A Retrofit Kits for BOL Countermeasures, http://www.pixs.wpafb.af.mil/pixslibr/99R0046/99R0046.asp. E-MAIL: rudolph.platzer@f-15.wpafb.af.mil, rudolph.platzer@f-15.wpafb.af.mil. The objective of this synopsis is to seek interested sources able to produce Group A retrofit kits and provide support for the installation of the BOL Countermeasures Dispenser System on F-15A/B/C/D/E aircraft. The contractor shall be responsible for producing all Group A components of the kit necessary to integrate the BOL into the F-15 and have it function. The contractor shall be responsible for packaging and shipping of the kits, and shall support depot teams during the retrofit process. The contractor may be required to provide field teams for retrofit at Government bases. The contractor shall be required to produce approximately 100-605 kits, with delivery starting approximately Sep 2000 and continuing through approximately Sep 2001 or Sep 2003, depending on quantity. The integration effort to identify the requirements for the Group A retrofit kits will be with McDonnell Douglas Corporation, a wholly-owned subsidiary of The Boeing Company under Contract F33657-99- C-0032. The integration contractis anticipated to be awarded by Sep 1999. It is expected that the first lot of Group A production will be manufactured concurrently during the performance of the integration effort by Boeing. This overlap is necessary due to the requirement to field this system as quickly as possible. Offers will be considered from any firm providing clear and convincing evidence of its capability to meet all of the following criteria: (a) Capability to produce the above kits to be compatible with the current and planned configurations of the F-15A/B/C/D/E; (b) Capability to assist retrofit/modification activities on all configurations of the F- 15A/B/C/D/E; (c) Capability to conduct systems engineering and project management for the system; and (d) Capability to provide all required engineering data. Sources responding should provide information concerning key management and program personnel including a resume of their previous experience and evidence of capability to perform successfully. This statement will have a ten (10) page maximum limit, double-spaced, point size 12. The Standard Industrial Code (SIC) for this procurement action is 3728. Please indicate number of employees in relation to the 1,000 person size standard, for determination of small business status (this is not a small business set aside). Failure to provide the above data with your response to this notice may disqualify your firm from further consideration. Information requested herein is for planning purposes only. It does not constitute a request for proposal and is not construed as a commitment by the Government. All responses from responsible sources will be fully considered; however, receipt of responses will not be acknowledged. All respondents are reminded that the Government must receive all responses within 30 days of publication of this notice. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to communicate his 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. If needed, potential offerors may contact ASC's Ombudsman, Stephen J. Plaisted, ASC/SY, 1790 10th Street, Rm 102.01, Wright-Patterson AFB, OH 45433-7126 at (937) 255-9095. Direct capabilities package and any routine communications concerning this acquisition to Mr. Rudolph Platzer, Contract Negotiator, or Ms. Lisa M. Adams, Contracting Officer, ASC/FBAEC, Bldg 32, 2300 D Street, Wright-Patterson AFB, OH 45433-7249, (937) 255- 3913, FAX (937) 656-4263. The technical point of contact for the BOL Countermeasures Dispenser System Program is Ms. Anne Kreider, ASC/FBAEC (937) 255-3913 ext 2415.***** Posted 05/19/99 (D-SN333380). (0139)

Loren Data Corp. http://www.ld.com (SYN# 0189 19990521\16-0018.SOL)


16 - Aircraft Components and Accessories Index Page