COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 9, 2001 PSA #2785
SOLICITATIONS
14 -- AGM-130 TECHNICAL SERVICES/NON-WARRANTY REPAIR
- Notice Date
- February 7, 2001
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AAC -- Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864
- ZIP Code
- 32542-6864
- Solicitation Number
- F08635-01-R-0039
- Response Due
- February 22, 2001
- Point of Contact
- Wesley Treadway, Contract Specialist, Phone 850-882-8261x5218, Fax 850-882-1680, Email treadwaw@eglin.af.mil -- Stacey Hughes, Contracting Officer, Phone (850)882-8515 ext. 2131, Fax (850) 882-0877, Email
- E-Mail Address
- Wesley Treadway (treadwaw@eglin.af.mil)
- Description
- The Air Armament Center (AAC), Precision Strike System Program Office (SPO), plans to acquire engineering technical support and repair capability for the AGM-130 missile system and for the associated factory, field, and depot-level test equipment. This support would include repairing weapon components requiring non-warranty repair, including damage caused by a variety of reasons. In addition, provide engineering expertise to cover a wide range of operational-and maintenance-related issues, to include technical expertise and support at periodic AF Weapons System Evaluation Program (WSEP) and other test launches, at deployed locations in support of Time Compliance Technical Order (TCTO) retrofits, and during inventory audits that require missile system expertise to test, remove and replace components in the field. The contractor would provide an understanding of the interfaces between the F-15E aircraft, the AXQ-14 and ZSW-1 Data Link Pods, and the AGM-130 missile system interface. As well as expertise on F-15E Cockpit Switchology and unique RF Data Link Antenna performance as it relates to Mission Planning. This Non-Warranty Repair/Technical Support Contract requires the contractor to have an in-depth system knowledge of: near and mid-wave infrared seeker design, Ada/FORTRAN software code, Inertial Measurement Unit design and function, Inertial Navigational System/Global Position System design phenomena, and Advanced Support Equipment (AN/GJM-64) operation and interface requirements. Understanding of an in-flight termination system, missile telemetry system, and the integrated system tester (IST) is required to support testing of the AGM-130 weapon system. In addition, knowledge of the six-degree-of-freedom (6 DOF) missile simulation program, expertise on AGM-130 Instrumented Mock-up Vehicles (IMV) for flight-test, and Captive Aircrew Training Missiles (CATM) for field training is required. It is anticipated that this Non-Warranty Repair/Technical Support contract will be a task order effort under an Indefinite Definite Indefinite Quantity type contract. The minimum order are estimated to be $2,500.00 and the Ceiling is estimated to be $3,000,000.00. Time and Material task orders that cover numerous tasks require a comprehensive cost accounting and government oversight/approval process. The repair process requires timely reporting to the government by serial numbers/part number/NSNs on all components. Maintaining a precise _through flow_ repair status on a monthly basis is required. Repair records identifying the receipt of repair item, the nature of repair, and repair analysis when appropriate should be maintained and available to the government. Asset tracking and cost accounting is required to reduce programmatic risk. Peculiar test equipment and other GFE will not be furnished by the government to the bidders. Existing GFE is located and in use by the Prime Warranty Repair Contractor supporting a warranted effort until March 2009. Firms that feel that they meet the Governments requirement should submit a Statement of Capability (SOC) within 15 days of this announcement. Submit the SOC to Ms. Stacey Hughes, AAC/WMGK, 102 West D Avenue, Suite 300, Eglin AFB FL 32542-6808. The SOC must include, but is not limited to, successful experience or capability as a prime contractor detailing their knowledge and ability to perform the above-described efforts. Examples of personnel presently employed that meet key knowledge and skills required are requested. The contractor must have facilities and personnel to handle and store classified information at the SECRET/NOFORN level. Familiarity with the government Standard Base Supply System (SBSS), MILSTRIP (MILSTRIP authority should be assumed), and Depot Level repair/tracking methods is required, including familiarity with and access to Tactical Munitions Reporting System (TMRS) and Reliability Asset Monitoring (RAM) system (T.O. 21M-1-101). The requirements and capabilities listed above will be used to screen potential offerors. The government maintains an engineering data package at the SPO that allows bidder analysis in one location. The approved system specification and complete drawing package is available by contacting the SPO. The Standard Industrial Classification Code for this acquisition is 3663 (750 personnel). Firms responding to this synopsis should indicate whether they are a small or small disadvantaged business IAW FAR 52.219-1. This is not a request for proposal and is not to be construed to be a commitment by the government. The period of performance is 1 October 2001 to 30 September 2006. The closing date for submission of qualifications is 15 days after the date of publication. Direct all requests for solicitations and routine communication concerning this acquisition to Ms. Stacey Hughes, Contracting Officer, (850) 882-9514, Ext. 2131 or Mr. Wesley Treadway, (850) 882-9514, Ext 2242, for contracting matters, and Mr. Donald Jackson, Program Manager, (850) 882-9514, Ext. 3075, for technical matters. An ombudsman has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or contracting officer, but communicates 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. Matters of a routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman but rather to the Contracting Officer, Contract Specialist, or the Program Manager previously identified. For any other concerns, interested parties may call the AAC Ombudsman, Dr. Mario J. Caluda at (850) 882-5558, AAC/CD, 101 West D Avenue, Suite 123, Eglin AFB FL 32425-5495. See Numbered Note 26.
- Web Link
- Visit this URL for the latest information about this (/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=R&P=F08635-01-R-0039&L=1182)
- Record
- Loren Data Corp. 20010209/14SOL003.HTM (D-038 SN50C9X7)
| 14 - Guided Missiles Index
|
Issue Index |
Created on February 7, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|