Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 18, 2001 PSA #2854
SOLICITATIONS

16 -- C5 RELIABILITY ENHANCEMENT AND RE-ENGINING PROGRAM (RERP)

Notice Date
May 16, 2001
Contracting Office
ASC/GRA, 2590 Loop Road W. Bldg 558, Wright- Patterson AFB OH, 45433-7142
ZIP Code
45433-7142
Solicitation Number
F33657-01-R-2083
Response Due
June 11, 2001
Point of Contact
Paul Weikert, Contracting Officer,(937) 656-9498
E-Mail Address
paul.weikert@wpafb.af.mil; lisa.miller@wpafb.af.mil (paul.weikert@wpafb.af.mil; lisa.miller@wpafb.af.mil)
Description
Background "17. The need for a modernized, cost-effective, and reliable C-5 fleet has long been recognized. The C-5 RERP will significantly contribute to meeting established war- fighting strategic airlift requirements. Besides the Propulsion System replacement, improvements in structural integrity and an improved product support structure constitute a large step towards increasing fleet availability. Other hardware, operational, maintenance, and logistics management improvements will be considered to enhance reliability. The purpose of this Pre-EMD phase is to identify the most cost effective and operationally efficient solution. The Operational Requirement Document (ORD) AMC 006-97-I/II/III, draft Rev#1, identifies all the C-5 RERP threshold/objective parameters along with the Key Performance Parameters (KPP's). The contractor shall as a minimum continue the trade study process to identify a sufficient number of improvement candidates to ensure all the KPP's are met. Also, identification of improvement items must continue until all threshold values have been met, unless there is strong justification of the unreasonableness of the threshold or it is shown to be cost or operationally prohibitive. Also, structural integrity improvements must be identified that are needed to ensure the integrity of the airframe beyond the year 2040. The Government anticipates to award a fixed-price contract to Lockheed Martin Aeronautics Company (LMAC) on or around 1 June 2001. The Air Force's minimum needs are only satisfied by one source, LMAC. As a result of a definition phase, which ended in Sep 99, the C-5 DSO determined that full and open competition is not a viable alternative. The C-5 DSO also determined that it would not be cost effective to develop a second source for this effort. LMAC is the only aircraft manufacturer that has the existing capability to modernize the C-5 as they own/control the C-5 source data. Mr Michael Higgins has been appointed as Ombudsman to hear concerns from offerors, or potential offerors, during the proposal development. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements and recommendations to the appropriate government personnel. Existence of the Ombudsman does not diminish the authority of the program director or the Contracting Officer. Accordingly, the Ombudsman does not participate in the preparation of solicitations, evaluation of proposals or the source selection process and therefore, for routine matters on individual solicitations please contact Mr Paul Weikert, (937) 656-9498. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. Should you desire to contact the Ombudsman, Mr Higgins can be reached at (937) 255- 6005. Direct all requests for solicitations and routine communication concerning this acquisition to Mr Paul Weikert, Contracting Officer, ASC/GRA, Building 558, 2590 Loop Road West, Wright-Patterson AFB OH 45433-7142, (937) 656-9498, or e-mail: paul.weikert@wpafb.af.mil. Contractor capability response should be submitted to ASC/GRA no later than 15 days from the date of this CBD notice. See Note 22. ***** "
Web Link
C5RERPII-C5 Reliability Enhancement and Re-Engining (http://www.pixs.wpafb.af.mil/pixslibr/C5RERPII/C5RERPII.asp)
Record
Loren Data Corp. 20010518/16SOL006.HTM (D-136 SN50M2U4)

16 - Aircraft Components and Accessories Index  |  Issue Index |
Created on May 16, 2001 by Loren Data Corp. -- info@ld.com