|
COMMERCE BUSINESS DAILY ISSUE OF MAY 21,1999 PSA#23512300 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
|
|